HomeMy WebLinkAboutScavenger Waste Removal/Dispos ELIZABETH A. NEVILLE
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
southoldtown.northfork.net
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 312 OF 2004
WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD
ON APRIL 6, 2004:
RESOLVED that thc Town Board of the Town of Southold hereby authorizes and directs
Suoervisor Joshua Y. Horton to execute an agreement with the New York Cessoool Sewer
and Drain d/b/a Wind River Environmental for the removal, transportation and disposal of
scavenger waste from the Scavenger Waste Treatment Facility.
Elizabeth A. Neville
Southold Town Clerk
ELIZABETH A. NEVILLE
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
March 25, 2004
New York Cesspool Sewer and Drian Corp
d/b/a Wind River Environmental
P O Box 1482
Ronkonkoma NY 11779
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
southoldtown.northfork.net
Dear Sir:
Congratulations. The Southold Town Board, at its regular meeting of
March 23, 2004, accepted the bid of New York Cesspool Sewer and Drain Corp
d/b/a Wind River Environmental for the removal, transportation and disposal of
scavenger waste. A certified copy of the resolution is enclosed. Your bid check
will be returned following execution of the contract. Thank you.
Very truly yours,
Elizabeth A. Neville
Southold Town Clerk
ljc
Enclosure
ELIZABETH A. NEVII,LE
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MAHRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hail, 53095 Main Road
.P.O. Box 1179
Sodthold, New York 11971
Fax (631) 765-6145
Telephone (631) 755-1800
southoldtown.northfork.net
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 242 OF 2004
WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD
ON MARCH 23, 2004:
RESOLVED that the Town Board of the Town of Southold hereby acceots the bid of New
York Cessvool Sewer and Drain d/b/a Wind River Environmental in the amount of $.06498
per gallon for the removal, transportation and disposal of scavenger waste from the Scavenger
Waste Treatment Facility.
Elizabeth A. Neville
Southold Town Clerk
SENDER: COMPLETE THIS SECTION
· Complete items 1, 2, and 3. Also complete
item 4 if Restricted Delivery is desired.
· Print your name and address on the reverse
so that we can return the card to you.
· Attach this card to the back of the mailpiece,
or on the front if space permits.
1. Article Addressed to:
COMPLETE THIS SECTION ON D£LIVEPF
~ Addmss~
D, IS delive~ edd~ differ ~ item 1 ? ~ Y~
If YES, enter delive~ addre~ ~low: ~ No
3. Se ice Type
~Certified Mail [] Express Mail
[] Registered [] Return Receipt for Merchandise
[] Insu~d Mail [] C.O.D.
4. Restricted Deliver? (Extra Fee) [] Yes
2. Article Number (Copy from service label)
PS Fo.mn 3811, July 1999 Domestic Return Receipt
102595-00-M-0952
ELIZABETH A. NEVILLE
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
southoldtown.northfork.net
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
March 25, 2004
CERTIFIED MAIL
RETURN RECEIPT REOUESTED
Attn: William A. Mallins
William A. Mallins Cesspools, Inc.
54 Union Ave.
Ronkonkoma NY 11779
Dear Mr. Mallins:
The Southold Town Board, at its regular meeting of March 23, 2004,
accepted the bid of New York Cesspool Sewer and Drain Corp d/b/a Wind River
Environmental. A certified copy of this resolution is enclosed. Returned
herewith is your Certified Bid Check in the amount of $500.00. Thank you for
submitting your bid.
Very truly yours,
Elizabeth A. Neville
Southold Town Clerk
l jo
Enclosure
ELIZABETH A. NEVILLE
TOWN CLERK . -
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
southoldtown.northfork.net
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 242 OF 2004
WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD
ON MARCH 23, 2004:
RESOLVED that the Town Board of the Town of Southold hereby aceeots the bid of New
York Cessoool Sewer and Drain d/b/a Wind River Environmental in the amount of $.06498
per gallon for the removal, transportation and disposal of scavenger waste from the Scavenger
Waste Treatment Facility.
Elizabeth A. Neville
Southoid Town Clerk
Required) /.
Postmark
Here
SENDER: COM[~LEI~ THIH SFE'flON
· Complete iteme 1, 2, nd 3, AIS~ complete
item 4 if Restricted BellYery ie desired,
· print your name and addre~e ~n the reverBe
8o that we can return the card t~ you.
· Attach thle card to the back of the m~ilpiece,
er on the front if epaca perrrlite.
1. Article Addressed to:
,~,,.~,~,.,,~,~t x~. //~'7~
A. Received by (P/ease Print Cleady) B, Date of Deliveej
C. Signature
X [] Agent
[] Addressee
D. Isdetlve~yaddressdiffemnt fromiteml? [] Yes
If YES, entel delive~ address below: [] No
3, ice Type
2. ,Nflcle Number (Copy from serWce label)
PS For0~ 3811, July 1999 Domestic Return Receipt
SENDER: COMPLETE THIS SECTION
· Complete items 1, 2, and 3. Aisc complete
item 4 if Restricted Delivery is desired.
· Print your name and address on the reverse
so that we can return the card to you.
· Attach this card to the back of the rnailpiece.
or on the front if space permits.
1. Article Addressed to:
2. Article Number (Copy f~om service/abe/)
PS ~orrn 3811, J~ly t999
COMELETE THIS SECTION ON DELIVERY
A. i~eived by (Please Print Clearly) B~t~.~)f~elivery
If YES, enter delive~ add~s below: ~ No
3. Service Type
,~Certified Mail [] Express Mail
[] Registered [] Return Receipt for Merchandise
[] Insured Mail [] C.O.D.
4. Restricted Delivery? (Extra Fee) [] Yes
102595-00-M-0952
ELIZABETH A. NEVILLE
TOWN CLERK,
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
southoldtown.northfork, net
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
March 25, 2004
CERTIFIED MAIL
RETURN RECEIPT REOUESTED
Attn: Steven Plofker
Earth Care Co.
972 Nicolls Rd
Deer Park NY 11729
Dear Mr. Plofker:
The Southold Town Board, at its regular meeting of March 23, 2004,
accepted the bid of New York Cesspool Sewer and Drain Corp d/b/a Wind River
Environmental. A certified copy of this resolution is enclosed. Returned
herewith is your Certified Bid Check in the amount of $500.00. Also included is
your check (#3556 in the amount of $500) that was being held from the 2003 bid.
Thank you for submitting your bid.
Very truly yours,
Elizabeth A. Neville
Southold Town Clerk
ljc
Enclosure
ELIZABETH A. NEVILLE
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hall, 53095 Main Road
P.O. Box 1179
· Southold, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
southoldtown.northfork.net
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 242 OF 2004
WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD
ON MARCH 23, 2004:
RESOLVED that the Town Board of the Town of Southold hereby acceots the bid of New
York Cessoool Sewer and Drain clfo/a Wind River Environmental in the amount of $.06498
per gallon for the removal, transportation and disposal of scavenger waste from the Scavenger
Waste Treatment Facility.
Elizabeth A. Neville
Southold Town Clerk
t',) % t- - : :
EL~5 &~OE 6200 0090 000&
E&~ &50E 6200 0090 000&
I~1 Illlll II II llllllJllllllll IIIIIII III]
ELIZABETH ~. NEVr~ J~
TOV~q CLERK
RE~I~TP~R OF VITAL ~T~TISTI~
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
southoldWwn.northfork.net
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
BID
SCAVENGER WASTE REMOVAL
Bid opening 12/11/03 ~ 10:00 AM
Three (3) bids were received:
New York Cesspool Sewer and Drain
d/b/a Wind River Environmental
P O Box 1482
Ronkonkoma NY 11779
Earth Care Co.
972 Nicolls Rd
Deer Park, NY 11729
William A. Mallins Cesspools Inc.
54 Union Ave
Ronkonkoma NY 11779
$ .06498 per gallon
$129,960.00 total
$ .07874 per gallon
$157,480.00 total
$. 10 per gallon
$200,000.00 total
OUALIFICATIONS OF BIDDERS
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
The following is a list showing the name of the Owner, the Location, the Date of Construction
and/or Performance, a General Description of the Work, and the Amount of the Contract Work
of a similar nature constructed and/or performed by the undersigned, and which has been
completed and in operation for a period of not less than one (I) year (minimum of five (5) such
projects):
FIRM NAME:
,DRESS:
8
PROPOSAL
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
REMOVAL, TRANSPORTATION AND DISPOSAL OF SCAVENGER WASTE
FROM THE SCAVENGER WASTE TREATMENT FACILITY
BID DATE: December 11, 2003
TIME: 10:00 A.M.
BASE BID
The undersigned further understands and agrees that he is to furnish all labor, material,
equipment, permits, supplies and other facilities necessary and required for the execution and
completion of:
REMOVAL, TRANSPORTATION AND DISPOSAL
OF SCAVENGER WASTE FROM THE SCAVENGER WASTE TREATMENT FACILITY
in strict accordance with the contract documents for:
Item #1
Scavenger Waste Removal and Transport to an Approved Disposal Location
Furnishing all labor, materials, equipment, permits and supplies necessary to remove, transport
and dispose of approximately 2,000,000 gallons of scavenger waste to an approved disposal
location for a twelve (12) month contract period between March 1, 2004 to February 28, 2005.
The Town will notify the contractor within the 90 day period.
PRICE PER GALLON ,' t9 ~' q/qa¢' DOLLARS
TOTAL ¢;o.o0 DOi A S
lO
PROPOSAL
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
REMOVAL, TRANSPORTATION AND DISPOSAL OF SCAVENGER WASTE
FROM THE SCAVENGER WASTE TREATMENT FACILITY
B][D DATE: December 11, 2003
TIME: 10:00 A.M.
ITEM 2 - IDENTIFICATION OF APPROVED DISPOSAL LOCATION,
FACILITY
NAME:
FACILITY
FACILITY CONTACT
PERSON:
FACILITY CONTACT PHONE
TOTAL BID
TOTAL ~'/'~ P ~' ~ DOLLARS
Unit prices bid per gallon shall be used as additions or deductions based on the actual
quantity of scavenger waste removed and disposed of. Work must commence within five (5)
consecutive calendar days after notice to proceed.
The Town hereby reserves the fight to select the Total Bid or reject a bid if a contractor's
stated unit prices are evaluated as unreasonable.
The Town also reserves the right to void this contract after fifteen days notice.
PROPOSAL
Enclose certified check or bid bond for five hundred dollars as stipulated in the foregoing
Information for Bidders.
The Bidder hereby agrees to enter into a Contract within seven (7) days (Saturdays and Sundays
excepted) after due notice from the Town Board, Town of Southold, that the Contract has been
awarded to it and is ready for signature; such notice to be given in writing within ninety (90)
days of opening of the bids and, on the signing of such Contract by the Bidder, to furnish the
indemnifying bonds as provided in the Contract.
The Bidder hereby further agrees that in the event of its failure or refusal to enter into a contract
in accordance with this bid within ten (10) days after due notice from the Town Board that the
Contract has been awarded to it and is ready for signature, as given in accordance with the
Information for Bidders and/or its failure to execute and deliver the bond as provided in said
Information for Bidders, the Bidder's check or bid bond which is herewith deposited with the
Town Board shall (at the option of said Board) become due and payable as ascertained and
liquidated damages for such default; otherwise, said check or bid bond will be returned to the
undersigned.
The full names and residences of all persons and parties interested in the foregoing bid as
principals are as follows:
NAIVlE
ADDRESS
NAME OF
BIDDER ,,4/'~d/~4t~ ~/~.>'m'~ ~ ~ ~,~,~/
BUSINESS t~DDRESS OF
BIDDER ~::',O,
DATED AT:
/,Z-*~z~,'~THE f'~ DAY OF~:I~.~,~'~ ,2004.
14
PROPOSAL
NON-COLLUSIVE BIDDING CERTIFICATE
By submission of this bid, each bidder and each person signing on behalf of any bidder certifies;
and, in the case of a joint bid, each party thereto certifies as to its own organization, under
penalty of perjury, that to the best of its knowledge and belief:
(a)
The prices in this bid have been independently arrived at without collusion,
consultation, communication or agreement with any other bidder or with any
competitor for the purpose of restricting competition as to any matter relating to
such prices with any other bidder or with any competitor.
Co)
Unless otherwise required by law, the prices which have been quoted in this bid
proposal have not been knowingly disclosed and will not be knowingly disclosed
by the bidder, directly or indirectly, to any other bidder or competitor prior to the
opening of the bids for this project; and
(c)
No attempt has been or will be made by the bidder to induce any other person
parmership or corporation to submit or not to submit a bid for the purpose of
restricting competition.
Southold, New York
Dated: /~-o$
Respectfully submitted,
NAME: ~'~
FIRM ADDRESS:
If this bidder cannot make the foregoing certification, a statement signed by the bidder is
attached setting forth in detail the reasons therefor.
Indicate if statement is attached:
15
NON-COLLUSIVE BID CERTIFICATE
The undersigned bidder certifies that this bid has been arrived at by the bidder
independently and has been submitted without collusion with any other vendor of
materials, supplies or equipment of the type described in the invitation for bids, and the
contents of this bid have not been communicated by the bidder, nor, to its best knowledge
and belief, by any of its employees or agents, to any person not an employee or agent of
the bidder or its surety on any bond furnished herewith prior to the official opening of the
bid.
(Signed) ~
(Corporate Title)
(if any) ~'~//~/,,'~/,,~;:~'
Bid on YEAR 2004 SCAVENGER WASTE TREATMENT FACILITY
WASTE TRANSPORT AND DISPOSAL
OUALIFICATIONS OF BIDDERS
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
The following is a list showing the name of the Owner, the Location, the Date of Construction
and/or Performance, a General Description of the Work, and the Amount of the Contract Work
of a similar nature constructed and/or performed by the undersigned, and which has been
completed and in operation for a period of not less than one (I) year (minimum of five (5) such
projects):
FIRM NAME:
ADDRESS:
PROPOSAL
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
REMOVAL, TRANSPORTATION AND DISPOSAL OF SCAVENGER WASTE
FROM THE SCAVENGER WASTE TREATMENT FACILITY
BID DATE: December 11, 2003
TIME: 10:00 A.M.
BASE BID
The undersigned further understands and agrees that he is to furnish all labor, material,
equipment, permits, supplies and other facilities necessary and required for the execution and
completion of:
REMOVAL, TRANSPORTATION AND DISPOSAL
OF SCAVENGER WASTE FROM THE SCAVENGER WASTE TREATMENT FACILITY
in strict accordance with the contract documents for:
Item #1 Scavenger Waste Removal and Transport to an Approved Disposal Location
Furnishing all labor, materials, equipment, permits and supplies necessary to remove, transport
and dispose of approximately 2,000,000 gallons of scavenger waste to an approved disposal
location for a twelve (12) month contract period between March 1, 2004 to February 28, 2005.
The Town will notify the contractor within the 90 day period.
PRICE PER GALLON 1~0.O~/~7~ ~t DOLLARS
TOTAL
DOLLARS
l0
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
PROPOSAL
REMOVAL, TRANSPORTATION AND DISPOSAL OF SCAVENGER WASTE
FROM THE SCAVENGER WASTE TREATMENT FACILITY
BID DATE: December 11, 2003
TIME: 10:00 A.M.
ITEM 2 - IDENTIFICATION OF APPROVED DISPOSAL LOCATION,
FACILITY
FACILITY
FACILITY CO .NTACT
PERSON: ~k~
FACILITY CONTACT PHONE
TOTAL BID
TOT^L
Unit prices bid per gallon shall be used as additions or deductions based on the actual
quantity of scavenger waste removed and disposed of. Work must conunence within five (5)
consecutive calendar days after notice to proceed.
The Town h~reby reserves the right to select the Total Bid or reject a bid if a contractor's
stated unit prices are evaluated as unreasonable.
The Town also reserves the right to void this contract after fifteen days notice.
11
PROPOSAL
Enclose certified cheek or bid bond for five hundred doliars as stipulated in the foregoing
Information for Bidders.
The Bidder hereby agrees to enter into a Contract within seven (7) days (Saturdays and Sundays
excepted) after due notice fi:om the Town Board, Town of Southold, that the Contract has been
awarded to it and is ready for signature; such notice to be given in writing within ninety (90)
days of opening of the bids and, on the signing of such Contract by the Bidder, to furnish the
indemnifying bonds as provided in the Contract.
The Bidder hereby further agrees that in the event of its failure or refusal to enter into a contract
in accordance with this bid within ten (10) days after due notice fi'om the Town Board that the
Contract has been awarded to it and is ready for signature, as given in accordance with the
Information for Bidders and/or its failure to execute and deliver the bond as provided in said
Information for Bidders, the Bidder's check or bid bond wh/ch is herewith deposited with the
Town Board shall (at the option of said Board) become due and payable as ascertained and
liquidated damages for such default; otherwise, said cheek or bid bond will be returned to the
undersigned.
The full names and residences of all persons and parties interested in the foregoing bid as
principals are as follows:
NAME
ADDRESS
NAME OF
BIDDER
BIDDER
DATED AT:
THE ~' DAY OF~C~[t~ ~,2004.
14
PROPOSAL
NON-COLLUSIVEBIDDING CERT~ICATE
By submission of this bid, each bidder and each person signing on behalf of any bidder certifies;
and, in the case of a joint bid, each party thereto certifies as to its own organization, under
penalty of perjury, that to the best of its knowledge and belief:
(a)
The prices in this bid have been independently arrived at without collusion,
consultation, communication or agreement with any other bidder or with any
competitor for the purpose of restricting competition as to any matter relating to
such prices with any other bidder or with any competitor.
Co)
Unless otherwise required by law, the prices which have been quoted in this bid
proposal have not been knowingly disclosed and will not be knowingly disclosed
by the bidder, directly or indirectly, to any other bidder or competitor prior to the
opening of the bids for this project; and
(c)
No attempt has been or will be made by the bidder to induce any other person
partnership or corporation to submit or not to submit a bid for the purpose of
restricting competition.
Southold, New York
Dated:
Respectfully submitted,
NAME: ~'~ '
TITLE: _ '~ ~ ~ v [2,,~t_.~~
If this bidder cannot make the foregoing certification, a~stat~ment signed by the bidder is ( J
attached setting forth in detail the reasons tt~efor, l,t ~ . ~ J
lndicate if statement is attached: ~'l\~"x~ [ A
15
NON-COLLUSIVE BID CERTIFICATE
The undersigned bidder certifies that this bid has been arrived at by the bidder
independently and has been submitted without collusion with any other vendor of
mater/als, supplies or equipment of the type described in the invitation forbids, and the
contents of this bid have not been communicated by the bidder, nor, to its best knowledge
and belief, by any of its employees or agents, to any person not an employee or agent of
the bidder or its surety on any bond furnished herewith prior to the official opening of the
bid.
(Signed)~ ~
(Corporate Titlg)
Printed Name ~--ff_~ IQ ~('9~/7.~
Company Name ~ ~C~(~-
Bid on YEAR '~004 $C~¥~g~R W~$T~ ?RE~?ME~T F~ClLIT¥
WAST~ TRANSPORT AND DIS?OSAL
OUALIFICATIONS OF BIDDERS
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
The following is a list showing the name of the Owner, the Location, the Date of Construction
and/or Performance, a General Description of the Work, and the Amount of the Contract Work
of a similar nature constructed and/or performed by the undersigned, and which has been
completed and in operation for a period of not less than one (I) year (minimum of five (5) such
projects):
Town of Southampton, Southampton Landfill, McGee St., Southampton (REmoved
~eacna[e) $143,4~z,~9 December 1998 - April 2003.
Islip Resourses & Recovery, 401 Main St., Room 30, Islip, N.Y. t1751(Removed
heacnate: August Ii, ZUUJ to beptem~er ~0, 2u0~. $20, ~0~.25
l,ong lmland Railroad. Jamaica StatSon. Jammcia. New York(Toilet Waste Extration
from trains) October 1997 to March 2003. $5,000,000,000.00
FIRM NAME:
William A. Mallins Cesspools, Inc.
President
TITLE:
PROPOSAL
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
REMOVAL, TRANSPORTATION AND DISPOSAL OF SCAVENGER WASTE
FROM THE SCAVENGER WASTE TREATMENT FACILITY
BID DATE: December 11, 2003
TIME: 10:00 A.M.
BASE BID
The undersigned further understands and agrees that he is to furnish all labor, material,
equipment, permits, supplies and other facilities necessary and required for the execution and
completion of:
REMOVAL, TRANSPORTATION AND DISPOSAL
OF SCAVENGER WASTE FROM THE SCAVENGER WASTE TREATMENT FACILITY
in strict accordance with the contract documents for:
Item #1
Scavenger Waste Removal and Transport to an Approved Disposal Location
Furnishing all labor, materials, equipment, permits and supplies necessary to remove, transport
and dispose of approximately 2,000,000 gallons of scavenger waste to an approved disposal
location for a twelve (12) month contract period between March 1, 2004 to February 28, 2005.
The Town will notify the contractor within the 90 day period.
PRICE PER GALLON $o. 10 (TEN CENTS PER GALLON)
TOTAL .~.2.04-q~J17~
DOLLARS
DOLLARS
PROPOSAL
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
REMOVAL, TRANSPORTATION AND DISPOSAL OF SCAVENGER WASTE
FROM THE SCAVENGER WASTE TREATMENT FACILITY
BID DATE: December 11, 2003
TIME: 10:00 A.M.
ITEM 2 - DENTIFICATION OF APPROVED DISPOSAL LOCATION,
FACILITY
NAME: BERGIN POINT SCAVANGER WASTE TREATMENT PLANT
FACILITY
ADDRESS: BERGIN AVENUE, BABYLON, NEW YORK
FACILITY CONTACT
PERSON: ROBERT N. FALK
FACILITY CONTACT PHONE
NUMBER: 631 852 4107
TOTAL BID
TOTAL $ 2O, 000.00 DOLLARS
Unit prices bid per gallon shall be used as additions or deductions based on the actual
quantity of scavenger waste removed and disposed of. Work must commence within five (5)
consecutive calendar days after notice to proceed.
The Town hereby reserves the right to select the Total Bid or reject a bid if a contractor's
stated unit prices are evaluated as unreasonable.
The Town also reserves the right to void this contract after fifteen days notice.
PROPOSAL
Enclose certified check or bid bond for five hundred dollars as stipulated in the foregoing
Information for Bidders.
The Bidder hereby agrees to enter into a Contract within seven (7) days (Saturdays and Sundays
excepted) after due notice from the Town Board, Town of Southold, that the Contract has been
awarded to it and is ready for signature; such notice to be given in writing within ninety (90)
days of opening of the bids and, on the signing of such Contract by the Bidder, to furnish the
indemifying bonds as provided in the Contract.
The Bidder hereby further agrees that in the event of its failure or refusal to enter into a contract
in accordance with this bid within ten (10) days after due notice from the Town Board that the
Contract has been awarded to it and is ready for signature, as given in accordance with the
Information for Bidders and/or its failure to execute and deliver the bond as provided in said
Information for Bidders, the Bidder's check or bid bond which is herewith deposited with the
Town Board shall (at the option of said Board) become due and payable as ascertained and
liquidated damages for such default; otherwise, said check or bid bond will be returned to the
undersigned.
The full names and residences of all persons and parties interested in the foregoing bid as
principals are as follows:
NAME ADDRESS
WILLIAM A. MALLINS
7 INNIS AVENUE, LAKE RONK., NEW YORK 11779
NAME OF
BIDDER WILLIAM A. MALLINS CESSPOOLS, INC.
BUSINESS ADDRESS OF
BIDDER 54 UNION AVE., RONKONKOMA, NEW YORK
DATED AT:
THE 10TH DAY OF DECEMBER ,2004.
11779
14
PROPOSAL
NON-COLLUSIVE B]I)DING CERTIFICATE
By submission of this bid, each bidder and each person signing on behalf of any bidder certifies;
and, in the case of a joint bid, each party thereto certifies as to its own organization, under
penalty of perjury, that to the best of its knowledge and belief:
(a)
The prices in this bid have been independently arrived at without collusion,
consultation, communication or agreement with any other bidder or with any
competitor for the purpose of restricting competition as to any matter relating to
such prices with any other bidder or with any competitor.
Unless otherwise required by law, the prices which have been quoted in this bid
proposal have not been knowingly disclosed and will not be knowingly disclosed
by the bidder, directly or indirectly, to any other bidder or competitor prior to the
opening of the bids for this project; and
(c)
No attempt has been or will be made by the bidder to induce any other person
partnership or corporation to submit or not to submit a bid for the purpose of
restricting competition.
Southold, New York
Dated: DECEMBER 10. 04.
Respectfully submitted,
FIRM
NAME:WILLIAM A. MALLINS CESSPOOLS, INC.
F~IVl ADDRESS: 54 UNION AVE.
RONKONKOMA, NEW YORK 11779
TITLE: PRESIDENT
If this bidder cannot make the foregoing certification, a statement signed by the bidder is
attached setting forth in detail the reasons therefor.
Indicate if statement is attached:
NON-COLLUSIVE BID CERTIFICATE
The undersigned bidder certifies that this bid has been arrived at by the bidder
independently and has been submitted without collusion with any other vendor of
materials, supplies or equipment of the type described in the invitation for bids, and the
contents of this bid have not been communicated by the bidder, nor, to its best knowledge
and belief, by any of its employees or agents, to any person not an employee or agent of
the bidder or its surety on any bond furnished herewith prior to the official opening of the
bid.
(Signed~~
(Corporate Title)
(if any) President
Printed Name William A. Mallins
Company Name William A. Mallins Cesspools, Inc.
Address
54 Union Avenue, Ronkonkoma, NY
Bid on YEAR 2004 SCAVENGER WASTE TREATMENT FACILITY
WASTE TRANSPORT AND DISPOSAL
INVITATION TO BIDDERS FOR
THE FOLLOWING PROJECT:
SCAVENGER WASTE TREATMENT FACILITY
WASTE TRANSPORT AND DISPQSAL
BID OPENING: 10:00 A.M.,THURSDAY, December 11, 2003
INDEX
TOWN OF SOUTHOLD
CONTRACT
REMOVAL, TRANSPORTATION AND DISPOSAL
OF SCAVENGER WASTE FROM THE
SCAVENGER WASTE TREATMENT FACILITY
INDEX PAGE
NOTICE TO BIDDERS
INSTRUCTIONS FOR BIDDERS/WAGE RATES
QUALIFICATIONS OF BIDDER
PROPOSAL
BUILDER'S RISK INSURANCE
GENERAL CONDrrIONS
SECTION 13219- SCAVENGER WASTE REMOVAL,
TRANSPORTATION AND DISPOSAL
CONTRACT
Page Number
2
3
4-7
8
9-15
.16
17-21
22 - 24
25 - 38
LEGAL NOTICE
NOTICE TO BIDDERS
PLEASE TAKE NOTICE that sealed bids will be received by the Town Board, on behalf of the
Town of Southold, in the Town Hall, 53095 Main Road, Southold, New York 11971, not later
than 10:00 A.M., Thursday, December 11, 2003 at which time they will be publicly opened
and read aloud, for the following project:
SCAVENGER WASTE TREATMENT FACILITY
WASTE TRANSPORT AND DISPOSAL
A non-refundable fee of Twenty-Five Dollars ($25.00) payable to the Town of Southold will be
required for a set of specifications. The above referenced specifications, may be seen at or
procured fi.om the office of the Town Clerk, 53095 Main Road, Southold, New York 11971.
Each bid shall be accompanied by a non-collusive bid certificate and bank draft or certified
check in the amount of $500.00.
The Town Board reserves the fight to reject any and all bids and waive any and all informality in
any bid should it be deemed in the best interest of the Town of Southold to do so.
All bids must be signed and sealed in envelopes plainly marked "Bid on Scavenger Waste
Transport", and submitted to the Office of the Town Clerk. The bid price shall not include any
tax, federal, state., or local, from which the Town of Southold is exempt.
Dated:
ELIZABETH A. NEVILLE
SOUTHOLD TOWN CLERK
PLEASE PUBLISH ON, AND FORWARD ONE (1) AFFIDAVIT OF PUBLICATION TO
ELIZABETH A. NEVILLE, TOWN CLERK, TOWN HALL, P.O. BOX 1179, SOUTHOLD,
NEW YORK 11971.
Copies to the following:
The Suffolk Times
Town Board Members
Town Attorney
Dodge .Reports
Browns Letters
Burrelle's Information Services
Data Construction
Town Clerk's Bulletin Board
3
INSTRUCTIONS TO BIDDERS/WAGE RATES
1. RECEIPT AND OPENING OF BIDS
The Town Board, of the Town of Southold, Southold, New York (herein called the
"Town") invites bids on the forms attached hereto. All blanks on these forms must be filled in
appropriately and completely including the attached non-collusive bidding certificate.
Proposals shall be enclosed in opaque sealed envelopes plainly marked, TOWN OF
SOUTHOLD, NEW YORK, PROPOSAL FOR REMOVAL, TRANSPORTATION AND
DISPOSAL OF SCAVENGER WASTE FROM THE SCAVENGER WASTE TREATMENT
FACILITY, and the name and address of the bidder. Bids may be forwarded by mail at the sole
risk of the Contractor. If mailed, they must be registered and the sealed envelope containing the
proposal and marked as directed above, must be enclosed in another envelope properly addressed
for mailing.
The Town may consider informal any bid not prepared and submitted in accordance with
the provisions hereof, and may waive any information in or reject any and all bids. Any bid may
be withdrawn prior to the above scheduled time for the opening of bids or authorized
postponement thereof. Any bid received afier the time and date specified, shall not be
considered.
2. DESCRIPTION OF THE WORK
Said work is more particularly described in the attached specifications. The specifications
are attached to agd are a part of the contract documents.
3. PREPARATION OF PROPOSAL
Proposals shall be submitted on the prescribed form. All blank spaces for unit prices,
lump sums, total prices and alternates must be filled in, written in ink or typewritten, in both
words and figures.
4. ERRORS IN BID
In the event there is a discrepancy between the unit prices and/or lump sums written in
words and written in figures, the unit prices and/or lump sum written in words will govern. In the
event there is a discrepancy between the unit price and the total pr/ce for a particular item, the
unit-price will govern.
5. APPROXIMATE QUANTITIES
The quantities given in the proposal are approximate only, being given as a basis for the
uniform comparison of bids, and the Town does not expressly or by implication agree that the
actual amount of work will correspond therewith.
The actual quantities of materials used will be measured on site of work by the Engineer
or his representative.
4
INSTRUCTIONS TO BIDDERS/WAGE RATES (CONT'D~
6. BIDDERS TO CHECK APPROXIMATE.QUANTITIES
Bidders must satisfy themselves by personal examination of the location of the proposed
work, and by such other means as they may choose, as to the actual conditions and requirements
of the work and the accuracy of the estimate of the Town, and shall not, at any time after the
submission of a bid, dispute or complain of such statement or estimate of the Town, nor assert
that there has been any misunderstanding in regard to the nature or amount of the work to be
done.
7. PRICES NOT CHANGED BY CHANGE IN QUANTITIES
An increase or decrease in the quantity for any unit price item shall not be regarded as
sufficient grounds for an increase or decrease in the unit price of that item, nor in the time
allowed for the completion of the work, except as provided in the Contract.
8. INTENT OF CONTRACT DOCUMENTS
The intent of the Contract Documents is to obtain a complete job, satisfactory to the
Town. It shall be understood that the bidder has satisfied himself as to the full requirements of
the Contract, and has based his proposal upon such understanding. Compensation for all work
and materials required to complete the Contract shall be considered included in the various trait
price and lump sum bids on the items as listed in the proposal.
9. CONDY1;IONS OF WORK
Each bidder must inform himself fully of the conditions relating to the construction and
labor trader which the work will be performed; failure to do so will not relieve a successful
bidder of his obligation to furnish all material and labor necessary to carry out the provisions of
the Contract Documents and to complete the contemplated work for the consideration set forth in
his bid.
At the time of the opening of bids, each bidder will be presumed to have inspected the
site and to have read and to be thoroughly familiar with the Contract Documents, including all
addenda. The failure or omission of any bidder to receive or examine any form, instrument or
document shall not relieve any bidder from any obligation in respect of his bid. Site inspection
shall include surface and subsurface conditions.
Bidders are notified that it is obligatory upon them to obtain by their own means information
which they may require as to the existing physical conditions. The Town will make available to
the bidder any information obtained by investigations previous to opening bids, but makes no
guarantee with respect to the accuracy of such information, and each bidder in bidding represents
that he relies exclusively upon his own investigations and he makes his bid with a full knowledge
of all conditions, agd the kind, quality and quantity of work required.
5
INSTRUCTIONS TO BIDDERS/WAGE RATES (CONT'D)
10. QUALIFICATION OF BIDDERS.
The Town may make such investigations as it deems necessary to determine the ability of
the bidder to perform the work, and the bidder shall furnish the Town all such information and
data requested for this purpose.
11. BID SECURITY
Each bid shall be accompanied by a certified check or bank draft payable To The Order
of the Town of Southold, negotiable U.S. Government Bonds (at par value), or a satisfactory bid
bond executed by the bidder and an acceptable surety on the Form of Bid Bond attached hereto,
duly executed by the bidder as principal and having as surety thereon a surety company approved
by the Town, in an amount not less than five hundred dollars. Such bid security will be promptly
returned to all except the three lowest bidders within thee O) days after the opening of bids, and
the remaining bid security will be returned promptly after the Town and the accepted bidder have
executed the Contract, or if no Contract has been so executed, within 90 days after the date of the
opening of bids, upon demand of the bidder at anytime thereafter so long as he has not been
notified of the acceptance of his bid.
12. LIQUIDATED DAMAGES FOR FAILURE TO ENTER INTO CONTRACT
The successful bidder, upon his failure or refusal to execute and deliver the Contract,
insurances and bonds required within five (5) days (Saturdays and Sundays excepted) after he
has received notice of the acceptance of his bid, shall forfeit to the Town as liquidated damages
for such failure or refusal, the security deposited with his bid.
13. BASIS OF AWARD
The Contract will, at the discretion of the Town be awarded on the basis of competitive
bids to the lowest responsible bidder.
It is the purpose of the Town not to award the Contract to any bidder who does not
furnish satisfactory evidence that he is responsible and that he has sufficient capital, ability,
experience and plant to enable him to prosecute the work successfully, and to fulfill all the
requirements of the Contract.
14. REJECTION OF BIDS
The Town reserves the right to reject any or all bids, or to accept any bid should it d~em
it to be for its best interest so to do. Bids not prepared and submitted in accordance with the
provisions of the Instructions to Bidders, and bids which are incomplete, conditional or obscure;
or which contain additions not called for, erasures, alterations or irregularities of any kind, may
be rejected as informal.
INSTRUCTIONS TO BIDDERS/WAGE RATES (CON'
15. POWER OF ATTORNEY
Attorneys in fact who sign contract bonds must file with each bond a certified copy of
their power of attorney to sign said bonds.
16. VISIT TO SITE
THE CONTRACTOR IS REQUIRED TO VISIT THE WORK SITE PRIOR TO
SUBMITTING HIS BID.
17. SPECIFICATIONS FEE
The Twenty-five Dollars ($25.00) fee for each set of specifications is non-refundable.
18. LABOR RATES
The Contractor shall pay not less than the minimum hourly wage rates on this Contract as
established in accordance with Section 220 of the Labor Law and in accordance with all other
applicable laws.
19. PERFORMANCE BOND
The Contractor shall not commence any work until he supplies the Town Clerk with a
Performance Bohd in the sum of 25% of the total bid nrice, in a form approved by the Town
Attorney. Such bond must be provided as a prerequisite to entering into a contract for this work,
and failure to provide such a bond will result in forfeiture of the bid bond.
7
PROPOSAL
TO THE TOWN BOARD, TOWN OF SOUTHOLD, SUFFOLK COUNTY, STATE OF NEW
YORK, acting for and on behalf of the TOWN OF SOUTHOLD.
BIDDER'S DECLARATION: The undersigned, as Bidder, declares that the only person or
persons interested in this bid or proposal as principal or principals is or are named herein; and
that no other person than herein named has any interest in this proposal or in the contract
proposed to be taken; that this bid or proposal is made without any connections with any other
person or persons making a bid or proposal for the same purpose; that the bid or proposal is in all
respects fair and without collusion or fraud; that it has examined the site of the work, the
Contract and Specifications and the Drawings referred to; and has read the Notice to Bidders,
Information for Bidders and General Conditions hereto attached and fully understands all the
same; and it prop. oses and agrees, if this proposal is accepted, it will contract with the TOWN
BOARD of the TOWN OF SOUTHOLD in the Contract accompanying this bid to perform all
the work required in accordance with the Plans and as mentioned in said foregoing Information
for Bidders, General Conditions, Notice to Bidders, Contract and Specifications; and it will
accept in full payment therefor the following sums to wit:
9
THE CONTRACT PERIOD WILL BE FOR A PERIOD OF TWELVE (12) MONTHS. IF THE
CONTRACTOR DOES NOT PERFORM THE WORK W1THIN FIVE (5) CALENDAR DAYS
OF BEING NOTIFIED BY THE TOWN of SOUTHOLD TO REMOVE SCAVENGER
WASTE, THE CONTRACTOR WILL BE SUBJECT TO LIQUIDATED DAMAGES IN THE
AMOUNT OF FIVE HUNDRED DOLLARS ($500.00) PER DAY FOR EACH AND EVERY
CALENDAR DAY BEYOND FIVE (5) DAYS. THE CONTRACTOR MUST POST A
PERFORMANCE BOND IN AN AMOUNT OF 25% OF THE TOTAL BID PRICE.
12
PROPOSAL (CONT'D.)
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
REMOVAL, TRANSPORTATION AND DISPOSAL OF SCAVENGER WASTE
FROM THE SCAVENGER WASTE TREATMENT FACILITY
BID DATE: DECEMBER 11, 2003
TIME: 10:00 A.M.
THE UNDERSIGNED HEREBY ACKNOWLEDGES RECEIPT OF THE FOLLOWING
ADDENDA (IF ANY):
ADDENDUM NO.
DATED
CONTRACTOR:
ADDRESS:
SIGNED BY:
TITLE:
DATE:
FEDERAL ID NO. OR
SOCIAL SECURITY NO.:
TELEPHONE NO: BUSINESS:
, EMERGENCY:
13
BUILDERS RISK INSURANCE, INDEMNITY, LIMITATION OR LIABILITY
BUILDERS RISK INSURANCE
The Contractor shall purchase and maintain during the course of construction until
issuance of the "APPROVAL OF FINAL PAYMENT", an ALL RISK. Builders Risk coverage
insurance policy in the full mount of the contract. The policy shall name as co-insureds the
CONTRACTOR and the OWNER. The original copy of the policy shall be delivered to the
OWNER, stamped PREMIIJM PAID.
2. INDEMNITY
The Contractor and all sub-contractors performing work in connection with this contract
shall HOLD -HARMLESS, INDEMNIFY and defend the OWNER, their consultants, and each
of their officers, agents and employees from any and all liability, claims, losses or damage
arising out of or alleged to arise from the Contractor's or sub-contractor's negligence in the
performance of the work described in the contract documents, but not including liability that may
be due to the sole negligence of the OWNER or its officers, agents and employees.
3. LIMITATION OF LIABILITY
The Contractor and all sub-contractors agree to limit the liability of the OWNER due to
the Owner's professional negligent acts, errors, or omissions, such that the total aggregate
liability of the Owner to those named shall not exceed Fifty Thousand Dollars ($50,000.), or 5%
of the contract award amount, whichever is greater.
GENERAL CONDITIONS
1.0 GENERAL CONDITIONS
The "General Conditions" are hereby made a part of these Specifications and are attached herein.
Where any article of the General Conditions is supplemented hereby, the provisions of such
article shall remain in effect. All the supplemental provision shall be considered as added thereto.
Where any such article is amended, voided or superseded thereby, the provisions of such article
not so specifically mended, voided or superseded shall remain in effect.
Work, materials, plant, labor and other requirements :of the General Conditions shall be
furnished by the Contractor. No direct payment shall be made for these General Conditions, and
payment shall be deemed to be included in the Contract price of the various items of the entire
Contract.
2.0 CONTRACT DOCUMENTS
The Contract Documents include, but are not limited to, the General Conditions, General
Specifications, Detailed Specifications, Plans, Proposal, Contract and other sections as are either
cited on the index page(s) or actually included in the bound documents.
Each section of the Contract Documents is intended to be complementary to the other sections.
It is intended that they include all items of labor and materials and everything required and
necessary to complete the work, even though some items of work or materials may not be
particularly mentioned in every section or may have been inadvertently omitted from the
Drawings or Specifications or both.
3.0 APPROVAL OF SUBCONTRACTORS AND MATERIALS
Prior to commencing any work under this Contract, the Contractor shall submit to the Town for
approval a list of all the subcontractors and material suppliers it proposes to use for this Contract.
No subcontractor or material supplier will be permitted to deliver materials or perform any work
on this Contract until it has been approved by the Town.
4.0 INTERPRETATION OF DRAWINGS, ETC.
In the event of discrepancies between the Drawings and the Specifications, the following order
shall be given preference when making interpretations
(a) Addenda (later dates to take precedence over earlier dates);
(b) Drawings (schedules or notes to take precedence over other data shown on
Drawings);
(c) Detailed Specifications
17
GENERAL CONDITIONS (CONT'D.)
(d) General Specifications
(e) General Conditions
All work that may be called for in the Specifications, shall be furnished and executed by the
Contractor. Should any work or material be required which is not denoted in the Specifications,
either directly or indirectly, but which is necessary for he proper carrying out of the intent
thereof, it is understood and agreed that the same is implied and required, and that the Contractor
shall perform such work and furnish such materials as if they were completely delineated and
described.
5.0 ADDITIONAL WORK
Additional work, if required to be performed under this contract, will be in accordance with the
applicable paragraphs of the Contract. The Engineer shall be the sole judge as to whether such
work was intended as part of the Contract or is in addition thereto.
6.0 OCCUPATIONAL SAFETY AND HEALTH ACT
The Contractor shall meet all standards of the Occupational Safety and Health Act of 1970, and
subsequent revisions. This shall include, but not be limited to, the following areas:
Sanitation, noise~ radiation, gases, vapors, fumes, mists, dust, illumination, ventilation, protective
equipment, fire protection, waste disposal, electrical hazards, scaffolds and
ladders, floor holes and wall openings, heavy equipment and permit-required confined spaces.
All specific requirements of the Act shall be adhered to.
7.0 SAFETY PROVISIONS
The Contractor shall take every precaution and shall provide such equipment and facilities as are
necessary or required for the safety of its employees. In case of an accident, first aid shall be
administered to any who may be injured in the progress of the work. In addition, the Contractor
shall also be prepared for the removal to the hospital for treatment of any employee either
seriously injured or ill.
8.0 SANITARY REGULATIONS
In addition to compliance with the Occupational Safety and Health Act, the Contractor shall
erect and maintain necessary sanitary conveniences for the use of employees on the work. Such
conveniences shall be properly secluded from observation, and their use shall be strictly
enforced. Such sanitary conveniences shall be constructed in compliance with all laws,
18
GENERAL CONDITIONS (CONT'D.}
ordinances and regulations governing these facilities. The contents of the same shall be removed
with sufficient frequency to prevent nuisance, and disposed of to the satisfaction of the Engineer.
The Contractor shall obey and enforce such other sanitary regulations and orders and shall take
such precautions against infectious diseases as may be deemed necessary .In case any infectious
diseases occur among its employees, it shall arrange for the immediate removal of the patient
from the work and his isolation from all persons connected with the work.
The building of shanties or other structures for housing the workers, tools, machinery or supplies
will be permitted only at approved places, and the sanitary condition of the grounds in and at
such shanties or other structures must, at all times, be maintained in a satisfactory manner.
9.0 RESPONSIBILITY OF CONTRACTOR
The Contractor is responsible for complete conformance to the Plans and Specifications; proper
construction procedures; coordination with subcontractors, other contractors and utilities; and
safe working conditions for its employees.
10.0 LABOR
All contractors and subcontractors employed upon the work shall and will be required to
conform to the Labor Laws of the State of New York and the various acts amendatory and
supplementary thereto, and to all other laws, ordinances and legal requirements applicable
thereto.
All labor shall be performed in the best and most workmanlike manner by mechanics skilled in
their respective trades. The standards of the work required throughout shall be of such grade as
will bring results of the first class only.
11.0 CONTRACTOR'S REPRESENTATIVE
The Contractor, in case of its absence from the work, shall have a competent representative or
foreman present, who shall follow without delay all instructions of the Engineer or his assistants
in the prosecution and completion of the work in conformity with this Contract, and shall have
full authority to supply labor and material immediately. The Contractor shall also have a
competent representative available to receive telephone messages and provide a reasonable reply
as soon as possible, but not later than 24 hours.
12.0 SCHEDULE OF VALUES
N/A
~9
GENERAL CONDITIONS (CONT'D,)
13.0 INCOMPETENT EMPLOYEES
The Contractor shall employ only competent, skilled and faithful workers to do the work. Upon
request of the Engineer in writing, the Contractor shall suspend or discharge from the work any
disobedient, disorderly or incompetent person or persons employed thereon, and will not again
employ any person so suspended or discharged without the consent of the Engineer.
This requirement shall not be made on the basis of any claim for compensation or damages
against the Town or any of its officers or agents.
14.0 CLAIMS OR PROTESTS
If the Contractor considers any work required of it to be outside the requirements of the Contract
or considers any record or ruling of the Town as unfair, it shall ask for written instructions or
decisions immediately, and then file a written protest with the Town against the same within five
(5) days thereafter, or be considered as having accepted the record or ruling.
15.0 NOTIFICATION. INTERFERENCE AND INJURY TO UTILITIES
The Contractor shall cooperate in every way with the utility companies.
All excavation shall be done in compliance with Article 36 of the General Business Law and
notices given as provided by CLS General Business Law, Part 761.
All conduits, water mains and gas mains encountered in the construction shall be properly and
safely taken care of by the Contractor, who shall, upon encountering same, notify the public
corporation to whom they belong in order that they may be changed in such a manner as not to
interfere with the final construction.
In case any damage shall result to any service pipe for water or gas, or any private or public
sewer or conduit, by mason of negligence on the part of the Contractor, the Contractor shall,
without delay and at its own expense, repair the same to the satisfaction of the Town. If such
repairs are not made promptly or satisfactorily, the Town may have the repairs made by another
Contractor or otherwise, and deduct the cost of same from any moneys due or to become due the
Contractor.
16.0 INFRINGEMENT OF PATENTS
The Contractor further agrees to hold itself responsible for any claims made against the Town for
any infringement of patents by the use of patented articles in anyone phase of construction of the
work and the completion of same, or any process connected with the work agreed to be
performed under this Contract or of any materials used upon said work, and to save harmless and
indemnify the Town from all costs, expenses and damages which the Town shall be obliged to
pay by reason of any infringement of patents used in the construction and completion of the
work.
2O
GENERAL CONDITIONS (CONT*D,)
17.0 DAMAGES
All damages, direct or indirect, of whatever nature either resulting from the performance of or
resulting to the work under this Contract during its progress from whatever cause shall be borne
and sustained by the Contractor, and all work shall be solely at its risk until the date of the final
payment request, as prepared by the Town.
18.0 GUARANTEE/WARRANTY
The Conhoactor shall guarantee and warrant its work and that of its subcontractors against defects
in workmanship and/or materials for a period of one (1) year fi.om the date of the final payment
request, as prepared by the Town, except as otherwise specified. Upon written notification from
the Town, the Contractor shall repair, replace or reconstruct such defects to the satisfaction of the
Town, at no cost to the Town.
19.0 STANDARDIZATION
The Detailed and General Specifications indicate specific manufacturers and/or catalog numbers,
etc., for the purpose of standardization within the Town in order to minimize stockpiling of
replacement parts.
20.0 DEFINITIONS
The words "or approved equal", as hereinafter used, shall refer to the use of an equal product that
has received prior approval by the Engineer for the Town.
The word "Engineer" refers to James Richter, Town Engineer for the Town of Southold or other
employee designated by the Town Board to administer this contract,
The word "Owner" shall refer to the Town of Southold.
21
SECTION 13219- SCAVENGER WASTE REMOVAL TRANSPORTATION AND
DISPOSAL
PART 1 GENERAL
1.1
SECTION INCLUDES
A. Pump/remove, transport and dispose of the contents of scavenger waste from the
equalization tank at the Town of Southold Scavenger Waste Treatment Facility.
1.2 REGULATORY REQUIREMENTS
The Contractor shall be a New York State licensed scavenger waste hauler for the
transportation of scavenger waste. The Contractor shall maintain an approved
waste hauler license in accordance with 6 NYCRR Part 364 throughout the d
ration of the contract.
Permits for transport through other states to the disposal location shall also be
maintained.
Obtain all local, county and state permits, and all fees associated with the
removal, testing, transportation and disposal of the scavenger waste. The
Contractor will be required to transport scavenger waste to an approved disposal
location. The Contractor will be allowed to remove scavenger waste only between
7.:00 AM and 3:00 PM, Monday through Friday excluding holidays observed by
the Town of Southold.
1.3 SUBMITTALS
Within one week of contract execution and prior to beginning any transferring and
transporting of scavenger waste, the Contractor shall submit to the Town, in
writing, that all applicable permits have been obtained for transporting and
disposing the scavenger waste, and attach with that copies of all permits. All
expenses, including permit fees, toll payments, and disposal fees, shall be borne
by the Contractor.
If transfer stations and temporary storage facilities are utilized prior to disposal, or
if additional treatment or processing is performed prior to the disposal, the
Contractor shall furnish copies of the appropriate permits for such facilities.
Within seven (7) days of contract execution and at least forty-eight (48) hours
before disposing of the initial volume of scavenger waste, the Contractor shall
notify the Town that the proper disposal facility has been identified, and that the
facility is being operated in accordance with all applicable regulations. The
information shall be submitted in writing and include name, location and address
22
SECTION 13219- SCAVENGER WASTE REMOVAL, TRANSPORTATION AND
DISPOSAL (CONT'D}
of the disposal facility, EPA and/m' State'facility identification number,
SPDES/NPDES permit, and
supervisor's name and telephone number. Should the Contractor change the
proposed disposal location, submittal of the above required information for the
new location shall be made to the Owner prior to removal of scavenger waste.
PART - 2 PRODUCTS NOT USED
NOT USED
PART - 3 EXECUTION
3.1 REMOVAL OF SCAVENGER WASTE
The Contractor shall remove, transport and dispose of scavenger waste from the
equalization tank at the Town of Southold Scavenger Waste Treatment Facility,
Remove approximately 150,000 gallons per month during the months
Of December, January, and February; approximately 180,000 gallons per month
during the months of October, November and March; and 225,000 gallons per
month during the months of April, May, June, July, August and September.
The Contractor shall remove the scavenger waste from the equalization tank
located in the southwest comer of the site. Access to the tank will be through an
opening in the tank approximately two feet above grade. Provide a system of
pumps and hoses to remove scavenger waste from the tanks into transportation
vehicles.
The Contractor will be required to certify with the Scavenger Waste Treatment
Facility personnel the volume of the transportation vehicle prior to and after
pumping operations. This certification shall include either measuring the volume
of the transportation vehicle with a dipstick or through the use of a clean site tube
on the side of the vehicle, at the discretion of the Owner.
Scavenger waste includes sand, gravel, supematant, grit, scum, and other products
of biodegradation from residential and commercial sanitary wastewater systems.
The Contractor shall employ whatever means are necessary to remove scavenger
waste. These include:
pumping;
vacuum pumping; and
other acceptable methods as required.
23
SECTION 13219- SCAVENGER WASTE REMOVAL, TRANSPORTATION AND
DISPOSAL (CONT'D}
The transfer of scavenger waste from the equalization tank shall be performed in a
clean manner without creating any spillage, nuisance or other health hazards at
the Town of Southold Scavenger Waste Treatment Facility. Dilution of the
equalization contents will not be allowed.
3.2 TRANSPORTATION OF SCAVENGER WASTE
Transport scavenger waste to the disposal location in closed containers such as tanker trucks, in
such a manner that spillage of material does not occur during loading or transferring, hauling and
unloading operations. It is the responsibility of the Contractor to know and follow all applicable
local, county and state transportation and safety regulations, and obtain all roadway permits
necessary for transporting the scavenger waste.
3.3 DISPOSAL OF SCAVENGER WASTE
Following removal of the scavenger waste, the Contractor shall be required to txanspert and
dispose of the scavenger waste to an approved disposal location. The approved disposal location
and all intermediate storage and processing facilities shall be operated in accordance with all
federal, state, local and other applicable regulations. It is the responsibility of the Contractor to
locate such a facility and to determine that the facility is a proper disposal facility.
Submit to the O~wner receipts from the disposal facility showing the date and time of scavenger
waste pick-up; the date and time of scavenger waste disposal; amount of scavenger waste
disposed of; and the location, regulatory identification number and an authorizing signature of
the disposal sites. Receipts shall be submitted within two weeks of scavenger waste removal.
Payment will not be processed unless a receipt from the disposal facility is provided.
The Contractor shall know and follow, all applicable standards and regulations governing the
disposal of the scavenger waste, and obtain all necessary permits. All expenses, such as permit
fees, laboratory testing and disposal fees, shall be borne by the Contractor.
END OF SECTION
24
CONTRACT
CON22L~CT IN QUADRIPARTITE FOR REMOVAL, ~RANSPORTATION AND
DISPOSAL OF SCAVENGER WASTE FROM THE SCAVENGER WASTE TREATMENT
FACILITY AT TOWN OF SOUTHOLD, SUFFOLK COUNTY, NEW YORK, dated
~ 2004, BY AND BETWEEN THE TOWN BOARD OF THE TOWN OF
SOUTHOLD, SUFFOLK COUNTY, NEW YORK, acting for and in behalf of the TOWN OF
SOUTHOLD (herein called the TOWN), and (herein
called the CONTRACTOR). WITNESSETH, that the TOWN and the CONTRACTOR, in
consideration of the premises and of the mutual covenants, considerations and agreements herein
contained, agree as follows:
This Contract is hereby awarded to the CONTRACTOR for the work and material called for
under his bid in the Proposal section of the Contract and designated as Items:
1. SCAVENGER WASTE REMOVAL AND TRANSPORT TO AND DISPOSAL AT AN
APPROVED DISPOSAL LOCATION 3/1/04 TO 2/28/05 for the sum of: PER
THOUSAND GALLONS ($ /1000 GALLONS) DOLLARS for the unit and/or lump
sum price(s) as listed in the Proposal herein.
1. CONTRACT DOCUMENTS AND DEFINITIONS
The Notice to Bidders, Information for Bidders, Proposal, Contract and Specifications, together
with any Addenda, shall form part of this Contract, and the provisions thereof shall be as binding
upon the parties hereto as if they were herein fully set forth. The titles, headings, headlines and
marginal notes contained herein are solely to facilitate reference to the various prqyisions of the
contract documents and in no way affect, limit or cast light upon the interpretation of the
provisions to which they refer.
Whenever the term "contract documents" is used, it shall mean and include this Contract, the
Specifications, any Addenda, and the Notice to Bidders, Information for Bidders, General
Conditions and Proposal. In case of any conflict or inconsistency between the provisions of the
Contract and those of the Specifications, the provisions of the Contract shall govern.
25
WORK: The term WORK, as used herein, refers to all of the work involved in removing
and properly disposing of scavenger waste from the Sou_thold Scavenger Waste Treatment Plant.
EXTRA WORK: The term EXTRA WORK, as used herein, refers to and includes all work
required by the TOWN which, in the judgment of the Town, involves changes in or additions to
work required by the Plans, Specifications and any Addenda in their present form.
SUBCONTRACTOR: The term SUBCONTRACTOR as used herein, shall mean any
person, firm or corporation applying labor and material for work at the site of the project, but not
including the pan/es to this Contract.
ENGINEER: In the performance of the work, the TOWN shall be represented by the Town
Engineer (herein called the ENGINEER), or other employee designated by the Town Board to
administer this contract.
NOTICE: The term NOTICE, as used herein, shall mean and include written notice. Written
notice shall be deemed to have been duly served when delivered to, or at the last known business
address of, the person, firm or corporation for whom intended or to his, their, or its duly
authorized agents, representatives or officers, or when enclosed in a postage prepaid wrapper or
envelope addressed to such person, firm, or corporation at his, their, or its last known business
address and deposited in a United States Mail Box.
DIRECTED, REOUIRED. APPROVED, ACCEPTABLE: Whenever they refer to the work, or
its performance ".directed" "required" "permitted" "ordered" "designated" "prescribed" and words
of like import shall imply the direction, requirement, permission, order, designation or
prescription of the Engineer, and "approved", "satisfied", or "satisfactory", "in the judgment of',
and words of like import, shall mean approved or acceptable to, or satisfactory to, in the
judgment of the Engineer.
2. SCOPE OF THE WORK
The Contractor will furnish all plant, labor, material, supplies, equipment and other facilities and
things necessary or proper for or incidental to, the work contemplated by this Contract as
required by, and in strict accordance with, the applicable Plans, Specifications and Addenda
prepared by the Engineer and/or required by and in strict accordance with, such changes as are
ordered and approved pursuant to this Contract, and will perform all other obligations imposed
on him by the Contract.
3. COMPENSATION TO BE PAID TO THE CONTRACTOR
Agreed Prices: It is understood and agreed that the Contractor will accept as
payment in full the actual quantities of waste removed, as determined by the
Town's measurements by the unit prices bid, no allowance being made for
anticipated profit or for reason of variations from the estimated quantities set forth
in the Proposal.
26
Extra Work and/or Changes: The TOWN may, at any time, by a written order,
and without notice to the sureties, requir~ the performance of such extra work or
changes in the work as it may find necessary or desirable. The amount of
compensation to be paid to the Contractor for any extra work, as so ordered, shall
be determined as follows:
(I) By such applicable unit prices, if any, as set forth in the contract; or
(2)
If no such unit prices are set forth, then by unit prices or by a lump sum
mutually agreed upon by the TOWN and the Contractor; or
(3)
If no such unit prices are set forth, and if the parties cannot agree upon
unit prices or a lump sum, then by actual net cost in money to the
Contractor of the materials, permits, wages, or applied labor, premium for
Workers' Compensation Insurance, payroll taxes required by law, rental
for plant and equipment used (excluding small tools) to which total cost
will be added 20 pement as full compensation for all other items of profit,
costs and expenses, including administration, overhead, superintendence,
insurance, insurance other than Workers' Compensation Insurance,
material used in temporary structures, allowances made by the Contractor
to subcontractors, additional premiums upon the Performance Bond of the
Contractor.
4. TIME OF ESSENCE
Inasmuch as the provisions of this Contract relating to the time for performance and completion
of the work are for the purpose of enabling the TOWN to proceed with the construction of a
public improvement, in accordance with a predetermined program, such provisions are of the
essence of this Contract.
5. COMMENCEMENT OF WORK
The Contractor agrees that he will commence work, after signing this Contract, on April 1,
2004 and that the day he commences work shall constitute the first of the consecutive calendar
days allowed for completion of the work. The Contractor agrees to remove waste, in a quantity to
be determined by the Town, within five days of notice by the Town.
6. LIQUIDATED DAMAGES FOR DELAY
The time limit being essential to and of the essence of this Contract, the Contractor hereby agrees
that the TOWN shall be, and is hereby authorized to deduct and retain out of the money which
may be due or may become due to said Contractor under this agreement, the sum of F1VE
HUNDRED DOLLARS ($500.00) per day, which amount is hereby agreed upon, fixed and
determined by the parties hereto as the LIQUIDATED DAMAGES, including overhead charges,
27
services, inspector's wages, and interest on the money invested, that the TOWN will suffer by
reason of such default, for each and every day during which the aforesaid work may be
incomplete over and beyond the time herein stipulated fqr its completion, provided, however,
that the TOWN shall have the right to extend the time for the completion of said work.
7. EXTENSIONS OF TIME - NO WAIVER
If the Contractor shall be delayed in the completion of his work by reason of unforeseeable
causes beyond his control and without his fault or negligence, including but not restricted to Acts
of God or of any public enemy, acts or neglect of the TOWN, acts or neglect of any other
Contractor, fires, floods, epidemics, quarantine restrictions, strikes, riots, civil commotion or
freight embargoes, the period herein above specified for completion of his work shall be
extended by such time as shall be fixed by the TOWN.
No such extension of time shall be considered a waiver by the TOWN of its right to terminate the
Contract for abandonment or delay by the Contractor as hereinafter provided or relieve the
Contractor from full responsibility for performance of his obligations hereunder,
8. CONTRACT SECURITY
The Contractor shall not commence any work until he supplies the Town Clerk with a
Performance Bond in the sum of 25% of the total bid price, in a form approved by the Town
Attorney. Such bond must be provided as a prerequisite to entering into a contract for this work,
and failure to provide such a bond will result in forfeiture of the bid bond.
9. CONTRACTOR'S INSURANCE
The Contractor shall not commence any work until he has obtained and had approved by the
TOWN all of the insurance required under this Contract, as enumerated herein:
Compensation Insurance
Public Liability and Property Damage Insurance
Contractor's Protective Liability and Property Damage Insurance
Owner's (TOWN) Protective Public Liability and Property Damage Insurance
Automobile Public Liability and Property Damage Insurance
The Contractor shall not permit any subcontractor to commence any operation on the site until
satisfactory proof of carriage of the above required insurance has been posted with, and approved
by, the TOWN.
A. Compensation Insurance - The Contractor shall tim out and maintain, during the
life of this Contract, Workers' Compensation Insurance for all of his employees
employed at the site of the project, and in any case of any of the work being
sublet, the Contractor shall require the subcontractor similarly to provide
Workers' Compensation Insurance for all of the latter's employees, unless such
employees are covered by the protection afforded by the Contractor.
28
Public Liability and Property Damage Insurance -The Contractor shall take out
and maintain during the life of this. Contr4c. t such Public Liability and Property
Damage Insurance as shall protect him and any subcontractor performing work
covered by this Contract for claims for damages for personal injury, including
accidental death, as well as from claims for property damage which may arise
from operations under this Contract, whether such operations be by himself or by
any subcontractor, or by anyone directly or indirectly employed by either of them,
and the amounts of such Insurance shall be as follows:
(2)
Public Liability Insurance in the amount not less than FIVE HUNDRED
THOUSAND DOLLARS ($500,000.) for bodily injuries, including
wrongful death to anyone person, and subject to the same limit for each
person in an amount not less than ONE MILLION DOLLARS
($1,000,000.) on account of one accident.
(2)
Property Damage Insurance in an amount not less than ONE HUNDRED
THOUSAND DOLLARS ($100,000.) for damages on account of any one
accident and in an amount of not less than TWO HUNDRED
THOUSAND DOLLARS ($200,000.) for damages on account of all
accidents.
Liability and Property Damage Insurance -The above policies for public liability
and property damage insurance must be so written as to include Contractor's
Protective Liability and Property Damage Insurance to protect the Contractor
against claims arising from the operations of any subcontractor.
Owner's Protective Public Liability and Property Damage Insurance -(TOWN,
and/or TOWN BOARD, TOWN OF SOUTHOLD as OWNER) -The Contractor
shall furnish to the TOWN with respect to the operations he or any of his
subcontractors perform, a regular Protective Public Liability Insurance Policy for
and in behalf of the TOWN and/or TOWN BOARD, TOWN OF SOUTHOLD as
OWNER, providing for a limit of not less than FIVE HUNDRED THOUSAND
DOLLARS ($500,000.) for all damages arising out of bodily injuries to, or death
of, one person and subject to that limit for each person, a total limit of ONE
MiLLION DOLLARS ($1,000,000.) for all damages arising out of bodily injuries
to, or death of, two or more persons in anyone accident; and regular Protective
Property Damage Insurance providing for a limit of not less than ONE
HUNDRED THOUSAND DOLLARS ($100,000.) for all damages arising out of
injury to, or destruction of, property in anyone accident and subject to that limit
per accident a total (or aggregate) limit of TWO HLrNDRED THOUSAND
DOLLARS ($200,000.) for all damages arising out of injury to, or destruction' of
property during the policy period. The insurance must fully cover the legal
liability of the TOWN and/or TOWN BOARD), TOWN OF SOUTHOLD. The
coverage provided under this policy must not be affected if the TOWN performs
work in connection with the project either for, or in cooperation with, the
2o
Contractor or as an aid thereto, whether the same be a part of the Contract or
separate there from, by means of its own employees or agents, or if the TOWN
directs or supervises the work to bo perforated by the Cuntractor.
Automobile Public Liability and Property Damage Insurance -The Contractor
shall take out and maintain during the life of the Contract such automobile public
liability and property damage insurance as shall protect him and any
subcontractor performing work covered by this Contract from claims for damages
for personal injury, including accidental death as well as fi:om claims for property
damage which may arise from operations under this Contract, whether such
operations be by himself or by any subcontractor, or by any one directly or
indirectly employed by either of them and the amounts of such insurance shall be
as follows:
(1)
Automobile Public Liability Insurance in an amount not less than FIVE
HUNDRED THOUSAND DOLLARS ($500,000.) for bodily injuries,
including wrongful death by any one person, and subject to the same limit
for each person in an amount not less than ONE MILLION DOLLARS
($1,000,000.) on account of one accident.
(2)
Automobile Property Damage Insurance in an amount of not less than
ONE HUNDRED THOUSAND DOLLARS ($100,000.) for damages on
account of any one accident and in an amount of not less than TWO
HUNDRED THOUSAND DOLLARS ($200,000.) for damages on
account of all accidents.
10. PROOF OF CARRIAGE OF INSURANCE
The Contractor shall furnish the TOWN with certificates of each insurer insuring the
Contractor or any subcontractor under this Contract, except with respect to subdivision D. of
paragraph 9. In respect to this paragraph, the Contractor shall furnish the TOWN with the
original insurance policy.
Both certificates, as furnished, and the insurance policy, as required, shall bear the policy
numbers, the expiration date of the policy and the limit or limits of liability them under. Both the
certificates and the policy shall be further endorsed to provide the TOWN with any notice of
cancellation at least ten (10) days prior to the actual date of such cancellation.
11. COMPLIANCE WITH LABOR AND PENAL LAWS
The Contractor hereby expressly agrees to comply with all the provisions of the Labor Law and
any and all amendments thereto, insofar as the same are applicable to this Contract. The Labor
Laws, as amended, provide that no laborer, worker or mechanic in the employ of the Contractor,
subcontractor or other person doing or contracting to do the whole or a part of the work
contemplated by this Contract, shall be permitted or required to work more than eight (8) hours
in anyone calendar day, except in cases of extraordinary emergency caused by fire, flood, or
3o
danger to life or property; that no such person shall be employed more than eight (8) hours in any
day or more than five (5) days in any week, except in such emergency; that the wages to be paid
for a legal day's work as hereinbefore defined, to l~bore~, workers, or mechanics upon the work
called for under this Contract, or for any materials used upon or in connection therewith shall not
be less than the prevailing rate for a day's work in the same trade or occupation in the locality
within the State where such work is to be done and each laborer, worker, or mechanic employed
by the Contractor, subcontractor, or other person about or upon the work shall be paid the wages
herein provided; that employees engaged in the construction outside the limits of cities and
villages are no long.er exempt fi.om the provisions of the Labor Laws which required the payment
of the prevailing rate of wages and the eight (8) hour day.
Section 220A of the Labor Law, as amended by Chapter 472 of the Laws of 1932, provides that
before payment is made by or on behalf of the State or any City, County, Town or Village or
other civil division of the State, of any sums due on account ora contract for a public
improvement, it is the duty of the Comptroller of the fmancial officer of the Municipal
Corporation to require the Contractor and each and every subcontractor to file a certified
statement in writing, in satisfactory form, certifying to the amounts then due and owing to any
and all laborers for daily or weekly wages on account of labor performed upon the work of the
Contract, setting forth therein the names of the persons whose wages are unpaid and the amount
due each, respectively.
Section 220B of the Labor Law, as amended, provides that any interested person who shall have
previously filed a protest in writing objecting to the payment to any Contractor or subcontractor
to the extent of the amount or amounts due or to become due to him for daily or weekly wages
for labor perform, ed on the public improvement for which the Contract was entered into, or if, for
any other reason, it may be deemed advisable, the Comptroller of the State or other financial
officer of the Municipal Corporation may deduct from the whole amount of any payment on
account thereof the sum or sums admitted by any Contractor or subcontractor in such statement
or statements so filed to be due and owing by him on account of labor performed and may
withhold the amount so deducted for the benefit of the laborers for daily or weekly wages, whose
wages are unpaid as shown by the verified statements filed by any Contractor or subcontractor
and may pay directly to any person the amount or amounts so shown to be due for such wages.
Section 220C of the Labor Law, as amended, provides the penalty for making of a false oath or
verification.
Section 220D of the Labor Law provides that the advertised specifications for every
Contract for the construction, reconstruction, maintenance and/or repair of highways to which
the State, County, Town and/or Village is a party shall contain the provision stating the
minimum rate of hourly wage that ca0 be paid, as shall be designated by the Industrial
Commissioner, to the laborers employed in the performance of the Contract, either by the
Contractor, subcontractor or other person doing or contracting to do the whole or part of the
work contemplated by the Contract and the Contract shall contain a stipulation that such laborers
shall be paid not less than such hourly minimum rate of wage. Any person or corporation that
willfully pays after entering into such Contract less than such stipulated minimum hourly wage
scale shall be guilty of a misdemeanor and, upon conviction, shall be punished for a first offense
31
by a fine of Five Hundred Dollars ($500.) or by imprisonment for not more than thirty (30) days,
or by both fine and imprisonment for a second offense by a fineof One Thousand Dollars
($1,000.) and, in addition thereto, the Contract on.which the violation has occurred shall be
forfeited; and no such person or corporation shall be en6fled to receive any sum or nor shall any
officer, agent or employee of the State pay the same or authorize its payment fi'om the funds
under his charge or control to any person or corporation for work done upon any contract, on
which the Contractor has been convicted of second offense in violation of the provisions of this
Section.
The minimum wage rates established by the Industrial Commissioner, State of New York, for
this Contract, are as set forth in the INFORMATION FOR BIDDERS.
12. PAYMENT OF EMPLOYEES
The Contractor and each of his subcontractors shall pay each of his employees engaged in work
on this project under this Contract in full (less deductions made mandatory by law) in cash and 1
not less often than once each week.
13. PAYMENTS
Monthly: At the end of each calendar month during the progress of the work, the
Contractor shall submit a payment requisition to the Town. The Town will review the
requisition and prepare payment based on the estimated amount of work performed and
the quantity of materials furnished, as based on the prices set forth in the Proposal. In
consideration of the work done and the materials furnished, the TOWN will pay or cause
to be pai~l to the Contractor the above less such additional amount as may be necessary to
satisfy any claims, liens or judgments against the Contractor which have not been suitable
discharged. The making of any such payment made thereon shall not be taken or
construed as an acceptance by the TOWN of any work so estimated and paid for.
14. ACCEPTANCE OF FINAL PAYMENT CONSTITUTES RELEASE
The acceptance by the Contractor of the final payment shall be, and shall operate as a release
to the TOWN from all claims and all liabilities to the Contractor for all things done or furnished
connection with this work, and for every act and neglect of the TOWN and other relating to, or
arising out of, this work, excepting the Contractor's claims for interest upon the final payment, if
these payments be improperly delayed. No payment, however, final or otherwise, shall operate to
release the Contractor or his sureties from any obligations under this Contract or the Performance
Bond.
15. ACTIVITY REPORTS
The Contractor shall submit to the Engineer prior to the commencing of any work under this
Contract a detailed schedule and plan of operation, indicating the manner in which the
Contractor proposes to prosecute the work, and a time schedule therefore. Such schedules are not
intended to bind the Contractor to a predetermined plan or procedure, but rather to enable the
32
Engineer to coordinate the work of the Contractor with work required of and to be performed by
others.
16. PLANS AND SPECIFICATIONS -INTERPRETATIONS
The Contractor shall keep one (1) copy of the Specifications signed and identified by the
Town. In case of any conflict or inconsistency between the Proposal and Specifications, the
Proposal shall govern. Any discrepancy between the Proposal and Specifications shall be
submitted to the Engineer, whose decision therein shall be conclusive.
17. PROTECTION OF WORK, PERSONS AND PROPERTY
Precaution shall be exercised at all times for the proper protection of all persons, property
and work. The safety provisions of applicable laws, building and construction codes shall be
observed. Machinery equipment and all hazards shall be guarded or eliminated in accordance
with the safety the Manual of Accident Prevention in Construction, published by the Associated
General Contractors of America, to the extent that such provisions are not in contravention of
applicable law. The Contractor shall furnish entirely at his own expense any and all additional
safety measures deemed necessary by the TOWN or its Engineer to adequately safeguard the
traveling public. The Contractor shall give notice to the owners of all utilities which may serve
the area and request their assistance in predetermining the location and depth of the various
pipes, conduits, manholes and other underground facilities.
The Contractor shall, at all hours of the day, safely guard and protect his own work and
adjacent property from any damage and shall replace or make good any such damage, loss or
injury unless such be caused directly by errors contained in the contract documents, or by the
TOWN or its duly authorized representatives.
The Contractor shall provide and maintain such watchers, barriers, lights, flares and other
signals, at his own expense, as will effectively prevent any accident in consequence of his work
for which the TOWN might be liable. The Contractor shall be liable for all injury or damage
caused by his act or neglect, or that of his employees.
18. REPRESENTATIONS OF CONTRACTOR
The Contractor represents and warrants:
That he is financially solvent and that he is experienced in and competent to
perform the type of work involved under this Contract and able to furnish the
plan, materials, supplies and/or equipment to be furnished for the work; and
That he is familiar with all Federal, State and Mtmicipal Laws, ordinances and
regulations which may in any way affect the work of those employed hereunder,
including but not limited to any special acts relating to the work; and
33
That such work required by these contract documents as is to be done by him can
be satisfactorily constructed and used for the purpose for which it is intended and
that such construction will not injure any person or damage any property;, and
That he has carefully examined the Plans, Specifications, and the site of the work,
and that fi.om his own investigation he has satisfied himself as to the nature and
location of the work, the character, location, quality and quantity of surface and
subsurface materials, structures and utilities likely to be encountered, the
character of equipment, and other facilities needed for the performance of the
work, the general local conditions which may in any way affect the work or its
performance.
19. AUTHORITY OF THE ENGINEER
In the performance of the work, the Contractor shall abide by all orders and directions and
requirements of the Engineer and shall perform all work to the satisfaction of the Engineer, at
such time and places, by such methods, and in such manner and sequence as he may require. The
Engineer shall determine the amount, quality, acceptability and fitness of all parts of the work,
shall interpret the plans, specifications, contract documents and any extra work orders and shall
decide all other questions in connection with the work. Upon request, the Engineer shall confirm
in writing any oral orders, directions, requirements or determinations. The enumeration herein or
elsewhere in the contract documents of particular instances in which the opinion, judgment,
discretion or determination of the Engineer shall control, or in which work shall be performed to
his satisfaction or subject to his approval, or inspection, shall not imply that only matters similar
to those enumerated shall be so governed and so performed, but without exception all the work
shall be governed and so performed. Nothing herein shall be construed to give the Contractor a
claim for extra work unless prior thereto an appropriate Change Order has been executed by the
TOWN and Contractor for such work.
20. CHANGES AND ALTERATIONS
The TOWN reserves the right to make alterations in plant site, or any part thereof, either before
or after the commencement of the construction.
21. CORRECTION OF WORK
All work and all materials, whether incorporated into the work or not, all processes of
hauling and all methods of disposal shall be, at all times and places, subject to the inspection of
the Engineer who shall be the final judge of quality, materials, processes suitable for the purpose
for which they are used. Should they fail to meet his approval they shall be corrected, by the
Contractor at his own expense. Rejected materials shall immediately be removed from the site.
The Contractor expressly warrants that his equipment shall be free from any, and agrees to
correct any defects immediately.
34
22. THE TOWN'S RIGHT TO W1TI-fftOLD PAYMENTS
The TOWN may withhold from the Contractor so. much 9f any approved payments due him as
may, in the judgment of the TOWN, be necessary:
To assure the payment of just claims then due and unpaid of any persons
supplying labor or materials for the work;
B. To protect the TOWN from loss due to defective work not remedied; or
To protect the TOWN from loss due to injury to persons or damage to the work or
property of other contractors or subcontractors or others, caused by the act or
neglect of the Contractor or any of his subcontractors. The TOWN shall have the
right, as agent for the Contractor, to apply any such amount so withheld in such
manner as the TOWN may deem proper to satisfy such claims or to secure such
protection. Such application of such money shall be deemed payments for the
account of the Contractor.
23. THE TOWN'S RIGHT TO STOP WORK OR TERMINATE CONTRACT
If.'
The Contractor shall file for any form of bankruptcy relief or make an assignment
for the benefit of creditors; or
A receiver or liquidator shall be appointed for the Contractor for any of his
property and shall not be dismissed within twenty (20) days after such
appointment, or the proceedings in connection therewith shall not be stayed on
appeal within the said twenty (20) days; or
C. The Contractor shall violate any provision of this Contract; or
The Contractor shall fail or refuse to regard laws, ordinances, regulations, or the
instructions of the Engineer and/or the TOWN;
then, and in any such event, the TOWN without prejudice to any other rights or remedy it may
have, and after seven (7) days written notice to the Contractor and Contractor's Surety may
terminate the employment of the Contractor and take possession of the premises and all material,
tools and appliances therein, and complete the work by contract or otherwise, as the TOWN
solely may deem expedient. In such case, the Contractor shall not be entitled to receive any
further payment until the work is finished.
24. CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT
If the work shall be stopped by order of the Court or any public authority, Federal or State
agency, for a period of three (3) months through no act or fault of the Contractor or any of his
agents, servants, employees, material men, or subcontractors, the Contractor may, upon ten (10)
35
days notice to the TOWN, discontinue his performance of the work and/or terminate the
Contract.
If the Contract is terminated by the Contractor, the liability of the TOWN to the Contractor shall
be for all work executed and for any proven loss sustained upon any materials, equipment, tools,
construction equipment, including reasonable profit and damages.
25. RESPONSIBILITY OF WORK
The Contractor agrees to be responsible for the entire work embraced in this Contract until its
completion and final acceptance, and that any unfaithful or imperfect work that may become
damaged from any cause, either by act or commission or omission to properly guard and protect
the work that may be discovered at any time before the completion and acceptance shall be
removed and replaced by good and satisfactory work without any charge to the TOWN and that
such removal and replacement will be performed immediately on the requirement of the
Engineer, notwithstanding the fact that it may have been overlooked by the proper inspector, and
partial payment made thereon. It is fully understood by the Contractor that the inspection of the
work shall not relieve him of any obligation to do sound and reliable work as herein prescribed,
and that any omission to disapprove of any work by the Engineer at or before the time ora
partial payment or other estimate shall not be construed to be an acceptance of any defective
work.
26. USES OF PREMISES AND REMOVAL OF DEBRIS
The Contractor e. xpressly undertakes at his own expense:
To take every precaution against injury to persons or damages to property;
To store his apparatus; materials, supplies and equipment in such orderly fashion
at the site of the work as will not unduly interfere with the progress of his work or
the work of any of his subcontractors, or other contractors;
To frequently clean up all refuse, rubbish, scrap materials and debris caused by
the operations to the end that at all times the site of the work shall present a neat
and orderly and workmanlike appearance;
27. POWER OF THE CONTRACTOR TO ACT IN AN EMERGENCY
In case of an emergency which threatens loss or injury to property and/or safety to life, the
Contractor will be permitted to act as he sees fit without previous instructions from the TOWN
He shall notify the TOWN thereof immediately thereafter and any compensation claimed by the
Contractor due to extra work made necessary because of his acts in such emergency shall be
submitted to the TOWN for approval and Change Order executed by the TDWN and the
Contractor.
Where the Contractor has not taken action but has notified the Engineer of an emergency
indicating injury to persons or damage to adjoining property or to the work being accomplished
36
under this Contract, then upon authorization from the Engineer to prevent such threatened injury
or damage, he shall act as instructed by the Engineer. The amount of reimbursement claimed by
the Contractor on account of any such action shall be determined in the manner provided herein
for the payment of extra work and shall be incorporated into a Change Order executed by the
TOWN and Contractor.
28. SUITS AT LAW
The Contractor shall indemnify and save harmless the TOWN from and against all suits,
claims, demands or actions for any injury sustained or alleged to be sustained by any party or
parties in enrmection with the construction of the work or any part thereof, or any commission or
omission of the Contractor, his employees or agents or any subcontractors and in case any such
action shall be brought against the TOWN, the Contractor shall immediately take care of and
defend the same at his own cost and expense.
29. PROVISIONS REQUIRED BY LAW DEEMED INSERTED
Each and every provision of law and clause required by law to be inserted in this Contract
shall be deemed to be inserted herein and the Contract shall be read and enforced as though it
were included herein, and if through mistake or otherwise any such provision is not inserted or is
not correctly inserted, then upon the application of either party the Contract shall be physically
amended to make such insertion.
30. SUBLETTING AND ASSIGNS
The Contractor ~hall not sublet any part of the work under this Contract, nor assign or
transfer any work or money due under this contract without first obtaining the written consent of
the Town. This Contract shall insure to the benefit of and shall be binding upon the parties
hereunder and upon their respective successors and assigns.
IN WITNESS WHEREOF, the parties hereto have set their hands and seals the day and year first
above written.
37
INVITATION TO BIDDERS FOR
THE FOLLOWING PROJECT:
SCAVENGER WASTE TREATMENT FACILITY
WASTE TRANSPORT AND DISPOSAL
BID OPENING: 10:00 A.M.,THURSDAY, December 11, 2003
INDEX
TOWN OF SOUTHOLD
CONTRACT
REMOVAL, TRANSPORTATION AND DISPOSAL
OF SCAVENGER WASTE FROM THE
SCAVENGER WASTE TREATMENT FAClLITY
INDEX PAGE
NOTICE TO BIDDERS
INSTRUCTIONS FOR BIDDERS/WAGE RATES
QUALIFICATIONS OF BIDDER
PROPOSAL
BUILDER'S RISK INSURANCE
GENERAL CONDITIONS
SECTION 13219- SCAVENGER WASTE REMOVAL,
TRANSPORTATION AND DISPOSAL
CONTRACT
Page Number
2
3
4-7
8
9-15
16
17-21
22 - 24
25 - 38
LEGAL NOTICE
NOTICE TO BIDDERS
PLEASE TAKE NOTICE that sealed bids will be received by the Town Board, on behalf of the
Town of Southold, in the Town Hall, 53095 Main Road, Southold, New York 11971, not later
than 10:00 A.M., Thursday, December 11, 2003 at which time they will be publicly opened
and read aloud, for the following project:
SCAVENGER WASTE TREATMENT FACILITY
WASTE TRANSPORT AND DISPOSAL
A non-refundable fee of Twenty-Five Dollars ($25.00) payable to the Town of Southold will be
required for a set of specifications. The above referenced specifications, may be seen at or
procured from the office of the Town Clerk, 53095 Main Road, Southold, New York 11971.
Each bid shall be accompanied by a non-collusive bid certificate and bank draft or certified
check in the amount of $500.00.
The Town Board reserves the fight to reject any and all bids and waive any and all informality in
any bid should it be deemed in the best interest of the Town of Southold to do so.
All bids must be signed and sealed in envelopes plainly marked "Bid on Scavenger Waste
Transport", and submitted to the Office of the Town Clerk. The bid price shall not include any
tax, federal, state, or local, from which the Town of Southold is exempt.
Dated:
ELIZABETH A. NEVILLE
SOUTHOLD TOWN CLERK
PLEASE PUBLISH ON, AND FORWARD ONE (1) AFFIDAVIT OF PUBLICATION TO
ELIZABETH A. NEVILLE, TOW2q CLERK, TOWN HALL, P.O. BOX 1179, SOUTHOLD,
NEW YORK 11971.
Copies to the following:
The Suffolk Times
Town Board Members
Town Attorney
Dodge Reports
Browns Letters
Burrelle's Information Services
Data Construction
Town Clerk's Bulletin Board
INSTRUCTIONS TO BIDDERS/WAGE RATES
1. RECEIPT AND OPENING OF BIDS
The Town Board, of the Town of Southold, Southold, New York (herein called the
"Town") invites bids on the forms attached hereto. All blanks on these forms must be filled in
appropriately and completely including the attached non-collusive bidding certificate.
Proposals shall be enclosed in opaque sealed envelopes plainly marked, TOWN OF
SOUTHOLD, NEW YORK, PROPOSAL FOR REMOVAL, TRANSPORTATION AND
DISPOSAL OF SCAVENGER WASTE FROM THE SCAVENGER WASTE TREATMENT
FACILITY, and the name and address of the bidder. Bids may be forwarded by mall at the sole
risk of the Contractor. If mailed, they must be registered and the sealed envelope containing the
proposal and marked as directed above, must be enclosed in another envelope properly addressed
for mailing.
The Town may consider informal any bid not prepared and submitted in accordance with
the provisions hereof, and may waive any information in or reject any and all bids. Any bid may
be withdrawn prior to the above scheduled time for the opening of bids or authorized
postponement thereof. Any bid received atter the time and date specified, shall not be
considered.
2. DESCRIPTION OF THE WORK
Said work is more particularly described in the attached specifications. The specifications
are attached to and are a part of the contract documents.
3. PREPARATION OF PROPOSAL
Proposals shall be submitted on the prescribed form. All blank spaces for unit prices,
lump sums, total prices and alternates must be filled in, written in ink or typewritten, in both
words and figures.
4. ERRORS IN BID
In the event there is a discrepancy between the unit prices and/or lump sums written in
words and written in figures, the unit prices and/or lump sum written in words will govern. In the
event there is a discrepancy between the unit price and the total price for a particular item, the
unit-price will govern.
5. APPROXIMATE QUANTITIES
The quantities given in the proposal are approximate only, being given as a basis'for the
uniform comparison of bids, and the Town does not expressly or by implication agree that the
actual amount of work will correspond therewith.
The actual quantities of materials used will be measured on site of work by the Engineer
or his representative.
INSTRUCTIONS TO BIDDERS/WAGE RATES (CONT'D)
6. BIDDERS TO CHECK APPROXIMATE QUANTITIES
Bidders must satisfy themselves by personal examination of the location of the proposed
work, and by such other means as they may choose, as to the actual conditions and requirements
of the work and the accuracy of the estimate of the Town, and shall not, at any time after the
submission of a bid, dispute or complain of such statement or estimate of the Town, nor assert
that there has been any misunderstanding in regard to the nature or amount of the work to be
done.
7. PRICES NOT CHANGED BY CHANGE IN QUANTITIES
An increase or decrease in the quantity for any unit price item shall not be regarded as
sufficient grounds for an increase or decrease in the unit price of that item, nor in the time
allowed for the completion of the work, except as provided in the Contract.
8. INTENT OF CONTRACT DOCUMENTS
The intent of the Contract Documents is to obtain a complete job, satisfactory to the
Town. It shall be understood that the bidder has satisfied lfimself as to the full requirements of
the Contract, and has based his proposal upon such understanding. Compensation for all work
and materials required to complete the Contract shall be considered included in the various unit
price and lump sum bids on the items as listed in the proposal.
9. CONDITIONS OF WORK
Each bidder must inform himself fully of the conditions relating to the construction and
labor under which the work will be performed; failure to do so will not relieve a successful
bidder of his obligation to furnish all material and labor necessary to carry out the provisions of
the Contract Documents and to complete the contemplated work for the consideration set forth in
his bid.
At the time of the opening of bids, each bidder will be presumed to have inspected the
site and to have read and to be thoroughly familiar with the Contract Documents, including all
addenda. The failure or omission of any bidder to receive or examine any form, instrument or
document shall not relieve any bidder from any obligation in respect of his bid. Site inspection
shall include surface and subsurface conditions.
Bidders are notified that it is obligatory upon them to obtain by their own means information
which they may require as to the existing physical conditions. The Town will make available to
the bidder any information obtained by investigations previous to opening bids, but makes no
guarantee with respect to the accuracy of such information, and each bidder in bidding represents
that he relies exclusively upon his own investigations and he makes his bid with a full knowledge
of all conditions, and the kind, quality and quantity of work required.
5
INSTRUCTIONS TO BIDDERS/WAGE RATES (CONT'D)
10. QUALIFICATION OF BIDDERS.
The Town may make such investigations as it deems necessary to determine the ability of
the bidder to perform the work, and the bidder shall furnish the Town all such information and
data requested for this purpose.
11. BID SECURITY
Each bid shall be accompanied by a certified check or bank draft payable To The Order
of the Town of Southold, negotiable U.S. Government Bonds (at par value), or a satisfactory bid
bond executed by the bidder and an acceptable surety on the Form of Bid Bond attached hereto,
duly executed by the bidder as principal and having as surety thereon a surety company approved
by the Town, in an mount not less than five hundred dollars. Such bid security will be promptly
returned to all except the three lowest bidders within three (3) days after the opening of bids, and
the remaining bid security will be returned promptly after the Town and the accepted bidder have
executed the Contract, or if no Contract has been so executed, within 90 days after the date of the
opening of bids, upon demand of the bidder at any time thereafter so long as he has not been
notified of the acceptance of his bid.
12. LIQUIDATED DAMAGES FOR FAILURE TO ENTER INTO CONTRACT
The successful bidder, upon his failure or refusal to execute and deliver the Contract,
insurances and bonds required within five (5) days (Saturdays and Sundays excepted) after he
has received notice of the acceptance of his bid, shall forfeit to the Town as liquidated damages
for such failure or refusal, the security deposited with his bid.
13. BASIS OF AWARD
The Contract will, at the discretion of the Town be awarded on the basis of competitive
bids to the lowest responsible bidder.
It is the purpose of the Town not to award the Contract to any bidder who does not
furnish satisfactory evidence that he is responsible and that he has sufficient capital, ability,
experience and plant to enable him to prosecute the work successfully, and to fulfill all the
requirements of the Contract.
14. REJECTION OF BIDS
The Town reserves the right to reject any or all bids, or to accept any bid should it deem
it to be for its best interest so to do. Bids not prepared and submitted in accordance with the
provisions of the Instructions to Bidders, and bids which are incomplete, conditional or obscure;
or which contain additions not called for, erasures, alterations or irregularities of any kind, may
be rejected as informal.
INSTRUCTIONS TO BIDDERS/WAGE RATES (CON'
15. POWER OF ATTORNEY
Attorneys in fact who sign contract bonds must file with each bond a certified copy of
their power of attorney to sign said bonds.
16. VISIT TO SITE
THE CONTRACTOR IS REQUIRED TO VISIT THE WORK SITE PRIOR TO
SUBMITTING HIS BID.
17. SPECIFICATIONS FEE
The Twenty-five Dollars ($25.00) fee for each set of specifications is non-refundable.
18. LABOR RATES
The Contractor shall pay not less than the minimum hourly wage rates on this Contract as
established in accordance with Section 220 of the Labor Law and in accordance with all other
applicable laws.
19. PERFORMANCE BOND
The Contractor shall not commence any work until he supplies the Town Clerk with a
Performance Bond in the sum 6f25% of the total bid price, in a form approved by the Town
Attorney. Such bond must be provided as a prerequisite to entering into a contract for this work,
and failure to provide such a bond will result in forfeiture of the bid bond.
7
PROPOSAL
TO THE TOWN BOARD, TOWN OF SOUTHOLD, SUFFOLK COUNTY, STATE OF NEW
YORK, acting for and on behalf of the TOWN OF SOUTHOLD.
BIDDER'S DECLARATION: The undersigned, as Bidder, declares that the only person or
persons interested in this bid or proposal as principal or principals is or are named herein; and
that no other person than herein named has any interest in this proposal or in the contract
proposed to be taken; that this bid or proposal is made without any connections with any other
person or persons making a bid or proposal for the same purpose; that the bid or proposal is in all
respects fair and without collusion or fraud; that it has examined the site of the work, the
Contract and Specifications and the Drawings referred to; and has read the Notice to Bidders,
Information for Bidders and General Conditions hereto attached and fully understands all the
same; and it proposes and agrees, if this proposal is accepted, it will contract with the TOWN
BOARD of the TOWN OF SOUTHOLD in the Contract accompanying this bid to perform all
the work required in accordance with the Plans and as mentioned in said foregoing Information
for Bidders, General Conditions, Notice to Bidders, Contract and Specifications; and it will
accept in full payment therefor the following sums to wit:
THE CONTRACT PERIOD WILL BE FOR A PERIOD OF TWELVE (12) MONTHS. IF THE
CONTRACTOR DOES NOT PERFORM THE WORK WITHIN FiVE (5) CALENDAR DAYS
OF BEING NOTIFIED BY THE TOWN of SOUTHOLD TO REMOVE SCAVENGER
WASTE, THE CONTRACTOR WILL BE SUBJECT TO LIQUIDATED DAMAGES IN THE
AMOUNT OF FIVE HUNDRED DOLLARS ($500.00) PER DAY FOR EACH AND EVERY
CALENDAR DAY BEYOND FIVE (5) DAYS. THE CONTRACTOR MUST POST A
PERFORMANCE BOND IN AN AMOUNT OF 25% OF THE TOTAL BID PRICE.
PROPOSAL (CONT'D.)
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
REMOVAL, TRANSPORTATION AND DISPOSAL OF SCAVENGER WASTE
FROM THE SCAVENGER WASTE TREATMENT FACILITY
BID DATE: DECEMBER 11, 2003
TIME: 10:00 A.M.
THE UNDERSIGNED HEREBY ACKNOWLEDGES RECEI?T OF THE FOLLOWING
ADDENDA (IF ANY):
ADDENDUM NO.
DATED
CONTRACTOR:
ADDRESS:
SIGNED BY:
TITLE:
DATE:
FEDERAL ID NO. OR
SOCIAL SECURITY NO.:
TELEPHONE NO: BUSINESS:
,EMERGENCY:
~3
BUILDERS RISK INSURANCE, INDEMNITY, LIMITATION OR LIABILITY
1. BUILDERS RISK INSURANCE
The Contractor shall purchase and maintain during the course of construction until
issuance of the "APPROVAL OF FINAL PAYMENT", an ALL RISK. Builders Risk coverage
insurance policy in the full amount of the contract. The policy shall name as co-insureds the
CONTRACTOR and the OWNER. The original copy of the policy shall be delivered to the
OWNER, stamped PREMIUM PAID.
2. INDEMNITY
The Contractor and all sub-contractors performing work in connection with this contract
shall HOLD -HARMLESS, INDEMNIFY and defend the OWNER, their consultants, and each
of their officers, agents and employees from any and all liability, claims, losses or damage
arising out of or alleged to arise fi.om the Contractor's or sub-contractor's negligence in the
performance of the work described in the contract documents, but not including liability that may
be due to the sole negligence of the OWNER or its officers, agents and employees.
3. LIMITATION OF LIABILITY
The Contractor and all sub-contractors agree to limit the liability of the OWNER due to
the Owner's professional negligent acts, errors, or omissions, such that the total aggregate
liability of the Owner to those named shall not exceed Fifty Thousand Dollars ($50,0000, or 5%
of the contract award amount, whichever is greater.
GENERAL CONDITIONS
1.0 GENERAL CONDITIONS
The "General Conditions" are hereby made a part of these Specifications and are attached herein.
Where any article of the General Conditions is supplemented hereby, the provisions of such
article shall remain in effect. All the supplemental provision shall be considered as added thereto.
Where any such article is amended, voided or superseded thereby, the provisions of such article
not so specifically amended, voided or superseded shall remain in effect.
Work, materials, plant, labor and other requirements :of the General Conditions shall be
furnished by the Contractor. No direct payment shall be made for these General Conditions, and
payment shall be deemed to be included in the Contract price of the various items of the entire
Contract.
2.0 CONTRACT DOCUMENTS
The Contract Documents include, but are not limited to, the General Conditions, General
Specifications, Detailed Specifications, Plans, Proposal, Contract and other sections as are either
cited on the index page(s) or actually included in the bound documents.
Each section of the Contract Documents is intended to be complementary to the other sections.
It is intended that they include all items of labor and materials and everything required and
necessary to complete the work, even though some items of work or materials may not be
particularly mentioned in every section or may have been inadvertently omitted from the
Drawings or Specifications or both.
3.0 APPROVAL OF SUBCONTRACTORS AND MATERIALS
Prior to commencing any work under this Contract, the Contractor shall submit to the Town for
approval a list of all the subcontractors and material suppliers it proposes to use for this Contract.
No subcontractor or material supplier will be permitted to deliver materials or perform any work
on this Contract until it has beer~ approved by the Town.
4.0 INTERPRETATION OF DRAWINGS, ETC.
In the event of discrepancies between the Drawings and the Specifications, the following order
shall be given preference when making interpretations
(a) Addenda (later dates to take precedence over earlier dates);
(b) Drawings (schedules or notes to take precedence over other data shown on
Drawings);
(c) Detailed Specifications
~7
GENERAL CONDITIONS (CONT*D.)
(d) General Specifications
(e) General Conditions
All work that may be called for in the Specifications, shall be furnished and executed by the
Contractor. Should any work or material be required which is not denoted in the Specifications,
either directly or indirectly, but which is necessary for he proper canying out of the intent
thereof, it is understood and agreed that the same is implied and required, and that the Contractor
shall perform such work and furnish such materials as if they were completely delineated and
described.
5.0 ADDITIONAL WORK
Additional work, if required to be performed under this contract, will be in accordance with the
applicable paragraphs of the Contract. The Engineer shall be the sole judge as to whether such
work was intended as part of the Contract or is in addition thereto.
6.0 OCCUPATIONAL SAFETY AND HEALTH ACT
The Contractor shall meet all standards of the Occupational Safety and Health Act of 1970, and
subsequent revisions. This shall include, but not be limited to, the following areas:
Sanitation, noise, radiation, gases, vapors, fumes, mists, dust, illumination, ventilation, protective
equipment, fire protection, waste disposal, electrical hazards, scaffolds and
ladders, floor holes and wall openings, heavy equipment and permit-required confined spaces.
All specific requirements of the Act shall be adhered to.
7.0 SAFETY PROVISIONS
The Contractor shall take every precaution and shall provide such equipment and facilities as are
necessary or required for the safety of its employees. In case of an accident, first aid shall be
administered to any who may be injured in the progress of the work. In addition, the Contractor
shall also be prepared for the removal to the hospital for treatment of any employee either
seriously injured or ill.
8.0 SANITARY REGULATIONS
In addition to compliance with the Occupational Safety and Health Act, the Contractor shall
erect and maintain necessary sanitary conveniences for the use of employees on the work. Such
conveniences shall be properly secluded from observation, and their use shall be strictly
enforced. Such sanitary conveniences shall be constructed in compliance with all laws,
~8
GENERAL CONDITIONS (CONT'D.}
ordinances and regulations governing these facilities. The contents of the same shall be removed
with sufficient frequency to prevent nuisance, and disposed of to the satisfaction of the Engineer.
The Contractor shall obey and enforce such other sanitary regulations and orders and shall take
such precautions against infectious diseases as may be deemed necessary .In case any infectious
diseases occur among its employees, it shall arrange for the immediate removal of the patient
from the work and his isolation from all persons connected with the work.
The building of shanties or other structures for housing the workers, tools, machinery or supplies
will be permitted only at approved places, and the sanitary condition of the grounds in and at
such shanties or other structures must, at all times, be maintained in a satisfactory manner.
9.0 RESPONSIBILITY OF CONTRACTOR
The Contractor is responsible for complete conformance to the Plans and Specifications; proper
construction procedures; coordination with subcontractors, other contractors and utilities; and
safe working conditions for its employees.
10.0 LABOR
All contractors and subcontractors employed upon the work shall and will be required to
conform to the Labor Laws of the State of New York and the various acts amendatory and
supplementary thereto, and to all other laws, ordinances and legal requirements applicable
thereto.
All labor shall be performed in the best and most workmanlike manner by mechanics skilled in
their respective trades. The standards of the work required throughout shall be of such grade as
will bring results of the first class only.
11.0 CONTRACTOR'S REPRESENTATIVE
The Contractor, in case of its absence from the work, shall have a competent representative or
foreman present, who shall follow without delay all instructions of the Engineer or his assistants
in the prosecution and completion of the work in conformity with this Contract, and shall have
full authority to supply labor and material immediately. The Contractor shall also have a
competent representative available to receive telephone messages and provide a reasonable reply
as soon as possible, but not later than 24 hours.
12.0 SCHEDULE OF VALUES
N/A
19
GENERAL CONDITIONS (CONT'D,)
13.0 INCOMPETENT EMPLOYEES
The Contractor shall employ only competent, skilled and faithful workers to do the work. Upon
request of the Engineer in writing, the Contractor shall suspend or discharge from the work any
disobedient, disorderly or incompetent person or persons employed thereon, and will not again
employ any person so suspended or discharged without the consent of the Engineer.
This requirement shall not be made on the basis of any claim for compensation or damages
against the Town or any of its officers or agents.
14.0 CLAIMS OR PROTESTS
If the Contractor considers any work required of it to be outside the requirements of the Contract
or considers any record or ruling of the Town as unfair, it shall ask for written instructions or
decisions immediately, and then file a written protest with the Town against the same within five
(5) days thereafter, or be considered as having accepted the record or ruling.
15.0 NOTIFICATION. INTERFERENCE AND INJURY TO UTILITIES
The Contractor shall cooperate in every way with the utility companies.
All excavation shall be done in compliance with Article 36 of the General Business Law and
notices given as provided by CLS General Business Law, Part 761.
All conduits, water mains and gas mains encountered in the construction shall be properly and
safely taken care of by the Contractor, who shall, upon encountering same, notify the public
corporation to whom they belong in order that they may be changed in such a manner as not to
interfere with the final construction.
In case any damage shall result to any service pipe for water or gas, or any private or public
sewer or conduit, by reason of negligence on the part of the Contractor, the Contractor shall,
without delay and at its own expense, repair the same to the satisfaction of the Town. If such
repairs are not made promptly or satisfactorily, the Town may have the repairs made by another
Contractor or otherwise, and deduct the cost of same from any moneys due or to become due the
Contractor.
16.0 INFRINGEMENT OF PATENTS
The Contractor further agrees to hold itself responsible for any claims made against the Town for
any infringement of patents by the use of patented articles in anyone phase of construction of the
work and the completion of same, or any process connected with the work agreed to be
performed under this Contract or of any materials used upon said work, and to save harmless and
indemnify the Town from all costs, expenses and damages which the Town shall be obliged to
pay by reason of any infringement of patents used in the construction and completion of the
work.
2O
GENERAL CONDITIONS (CONT~D,)
17.0 DAMAGES
All damages, direct or indirect, of whatever nature either resulting from the performance of or
resulting to the work under this Contract during its progress from whatever cause shall be borne
and sustained by the Contractor, and all work shall be solely at its risk until the date of the final
payment request, as prepared by the Town.
18.0 GUARANTEE/WARRANTY
The Contractor shall guarantee and warrant its work and that of its subcontractors against defects
in workmanship and/or materials for a period of one (1) year from the date of the fmal payment
request, as prepared by the Town, except as otherwise specified. Upon written notification from
the Town, the Contractor shall repair, replace or reconstruct such defects to the satisfaction of the
Town, at no cost to the Town.
19.0 STANDARDIZATION
The Detailed and General Specifications indicate specific manufacturers and/or catalog numbers,
etc., for the purpose of standardization within the Town in order to minimize stockpiling of
replacement parts.
20.0 DEFINITIONS
The words "or approved equal", as hereinafter used, shall refer to the use of an equal product that
has received prior approval by the Engineer for the Town.
The word "Engineer" refers to James Richter, Town Engineer for the Town of Southold or other
employee designated by the Town Board to administer this contract,
The word "Owner" shall refer to the Town of Southold.
21
SECTION 13219- SCAVENGER WASTE REMOVAL TRANSPORTATION AND
DISPOSAL
PART 1 GENERAL
1.1
SECTION INCLUDES
A. Pump/remove, transport and dispose of the contents of scavenger waste from the
equalization tank at the Town of Southold Scavenger Waste Treatment Facility.
1.2 REGULATORY REQUIREMENTS
The Contractor shall be a New York State licensed scavenger waste hauler for the
transportation of scavenger waste. The Contractor shall maintain an approved
waste hauler license in accordance with 6 NYCRR Part 364 throughout the d
ration of the contract.
Permits for transport through other states to the disposal location shall also be
maintained.
Obtain all local, county and state permits, and all fees associated with the
removal, testing, transportation and disposal of the scavenger waste. The
Contractor will be required to transport scavenger waste to an approved disposal
location. The Contractor will be allowed to remove scavenger waste only between
7:00 AM and 3:00 PM, Monday through Friday excluding holidays observed by
the Town of Southold.
1.3 SUBMITTALS
Within one week of contract execution and prior to beginning any transferring and
transporting of scavenger waste, the Contractor shall submit to the Town, in
writing, that all applicable permits have been obtained for transporting and
disposing the scavenger waste, and attach with that copies of all permits. All
expenses, including permit fees, toll payments, and disposal fees, shall be borne
by the Contractor.
If transfer stations and temporary storage facilities are utilized prior to disposal, or
if additional treatment or processing is performed prior to the disposal, the
Contractor shall furnish copies of the appropriate permits for such facilities.
Within seven (7) days of contract execution and at least forty-eight (48) hours
before disposing of the initial volume of scavenger waste, the Contractor shall
notify the Town that the proper disposal facility has been identified, and that the
facility is being operated in accordance with all applicable regulations. The
information shall be submitted in writing and include name, location and address
22
SECTION 13219- SCAVENGER WASTE REMOVAL, TRANSPORTATION AND
DISPOSAL (CONT'D}
of the disposal facility, EPA and/or State facility identification number,
SPDES/NPDES permit, and
supervisor's name and telephone number. Should the Contractor change the
proposed disposal location, submittal of the above required information for the
new location shall be made to the Owner prior to removal of scavenger waste.
PART - 2 PRODUCTS NOT USED
NOT USED
PART - 3 EXECUTION
3.1 REMOVAL OF SCAVENGER WASTE
The Contractor shall remove, transport and dispose of scavenger waste from the
equalization tank at the Town of Southold Scavenger Waste Treatment Facility,
Remove approximately 150,000 gallons per month during the months
Of December, January, and February; approximately 180,000 gallons per month
during the months of October, November and March; and 225,000 gallons per
month during the months of April, May, June, July, August and September.
The Contractor shall remove the scavenger waste from the equalization tank
located in the southwest comer of the site. Access to the tank will be through an
opening in the tank approximately two feet above grade. Provide a system of
pumps and hoses to remove scavenger waste fi.om the tanks into transportation
vehicles.
The Contractor will be required to certify with the Scavenger Waste Treatment
Facility personnel the volume of the transportation vehicle prior to and after
pumping operations. This certification shall include either measuring the volume
of the transportation vehicle with a dipstick or through the use of a clean site tube
on the side of the vehicle, at the discretion of the Owner.
Scavenger waste include,s sand, gravel, supematant, grit, scum, and other products
ofbiodegradation fi.om residential and commercial sanitary wastewater systems.
The Contractor shall employ whatever means are necessary to remove scavenger
waste. These include:
pumping;
vacuum pumping; and
other acceptable methods as required.
23
SECTION 13219- SCAVENGER WASTE REMOVAL, TRANSPORTATION AND
DISPOSAL (CONT'D~
The transfer of scavenger waste from the equalization tank shall be performed in a
clean manner without creating any spillage, nuisance or other health hazards at
the Town of Southold Scavenger Waste Treatment Facility. Dilution of the
equalization contents will not be allowed.
3.2 TRANSPORTATION OF SCAVENGER WASTE
Transport scavenger waste to the disposal location in closed containers such as tanker trucks, in
such a manner that spillage of material does not occur during loading or transferring, hauling and
unloading operations. It is the responsibility of the Contractor to know and follow all applicable
local, county and state transportation and safety regulations, and obtain all roadway permits
necessary for transporting the scavenger waste.
3.3 DISPOSAL OF SCAVENGER WASTE
Following removal of the scavenger waste, the Contractor shall be required to transport and
dispose of the scavenger waste to an approved disposal location. The approved disposal location
and all intermediate storage and processing facilities shall be operated in accordance with all
federal, state, local and other applicable regulations. It is the responsibility of the Contractor to
locate such a facility and to determine that the facility is a proper disposal facility.
Submit to the Owner receipts from the disposal facility showing the date and time of scavenger
waste pick-up; the date and time of scavenger waste disposal; amount of scavenger waste
disposed of; and the location, regulatory identification number and an authorizing signature of
the disposal sites. Receipts shall be submitted within two weeks of scavenger waste removal.
Payment will not be processed unless a receipt from the disposal facility is provided.
The Contractor shall know and follow, all applicable standards and regulations governing the
disposal of the scavenger waste, and obtain all necessary permits. All expenses, such as permit
fees, laboratory testing and disposal fees, shall be borne by the Contractor.
END OF SECTION
24
CONTRACT
CONTRACT IN QUADRIPARTITE FOR REMOVAL, TRANSPORTATION AND
DISPOSAL OF SCAVENGER WASTE FROM THE SCAVENGER WASTE TREATMENT
FACILITY AT TOWN OF SOUTHOLD, SUFFOLK COUNTY, NEW YORK, dated
~ 2004, BY AND BETWEEN THE TOWN BOARD OF THE TOWN OF
SOUTHOLD, SUFFOLK COUNTY, NEW YORK, acting for and in behalf of the TOWN OF
SOUTHOLD (herein called the TOWN), and (herein
called the CONTRACTOR). WITNESSETH, that the TOWN and the CONTRACTOR, in
consideration of the premises and of the mutual covenants, considerations and agreements herein
contained, agree as follows:
This Contract is hereby awarded to the CONTRACTOR for the work and material called for
under his bid in the Proposal section of the Contract and designated as Items:
1. SCAVENGER WASTE REMOVAL AND TRANSPORT TO AND DISPOSAL AT AN
APPROVED DISPOSAL LOCATION 3/1/04 TO 2/28/05 for the sum of: PER
THOUSAND GALLONS ($. /1000 GALLONS) DOLLARS for the unit and/or lump
sum price(s) as listed in the Proposal herein.
1. CONTRACT DOCUMENTS AND DEFINITIONS
The Notice to Bidders, Information for Bidders, Proposal, Contract and Specifications, together
with any Addenda, shall form part of this Contract, and the provisions thereof shall be as binding
upon the parties hereto as if they were herein fully set forth. The titles, headings, headlines and
marginal notes contained herein are solely to facilitate reference to the various provisions of the
contract documents and in no way affect, limit or cast light upon the interpretation of the
provisions to which they refer.
Whenever the term "contract documents" is used, it shall mean and include this Contract, the
Specifications, any Addenda, and the Notice to Bidders, Information for Bidders, General
Conditions and Proposal. In case of any conflict or inconsistency between the provisions of the
Contract and those of the Specifications, the provisions of the Contract shall govern.
25
WORK: The term WORK, as used herein, refers to all of the work involved in removing
and properly disposing of scavenger waste from the Southold Scavenger Waste Treatment Plant.
EXTRA WORK: The term EXTRA WORK, as used herein, refers to and includes all work
required by the TOWN which, in the judgment of the Town, involves changes in or additions to
work required by the Plans, Specifications and any Addenda in their present form.
SUBCONTRACTOR: The term SUBCONTRACTOR as used herein, shall mean any
person, firm or corporation applying labor and material for work at the site of the project, but not
including the parties to this Contract.
ENGINEER: In the performance of the work, the TOWN shall be represented by the Town
Engineer (herein called the ENGINEER), or other employee designated by the Town Board to
administer this contract.
NOTICE: The term NOTICE, as used herein, shall mean and include written notice. Written
notice shall be deemed to have been duly served when delivered to, or at the last known business
address of, the person, firm or corporation for whom intended or to his, their, or its duly
authorized agents, representatives or officers, or when enclosed in a postage prepaid wrapper or
envelope addressed to such person, firm, or corporation at his, their, or its last known business
address and deposited in a United States Mail Box.
DIRECTED, REQUIRED, APPROVED, ACCEPTABLE: Whenever they refer to the work, or
its performance "directed" "required" "permitted" "ordered" "designated" "prescribed" and words
of like import shall imply the direction, requirement, permission, order, designation or
prescription of the Engineer, and "approved", "satisfied", or "satisfactory", "in the judgment of",
and words of like import, shall mean approved or acceptable to, or satisfactory to, in the
judgment of the Engineer.
2. SCOPE OF THE WORK
The Contractor will furnish all plant, labor, material, supplies, equipment and other facilities and
things necessary or proper for or incidental to, the work contemplated by this Contract as
required by, and in strict accordance with, the applicable Plans, Specifications and Addenda
prepared by the Engineer and/or required by and in strict accordance with, such changes as are
ordered and approved pursuant to this Contract, and will perform all other obligations imposed
on him by the Contract.
3. COMPENSATION TO BE PAll) TO THE CONTRACTOR
Agreed Prices: It is understood and agreed that the Contractor will accept as
payment in full the actual quantities of waste removed, as determined by the
Town's measurements by the unit prices bid, no allowance being made for
anticipated profit or for reason of variations from the estimated quantities set forth
in the Proposal.
26
Extra Work and/or Changes: The TOWN may, at any time, by a written order,
and without notice to the sureties, require the performance of such extra work or
changes in the work as it may find necessary or desirable. The amount of
compensation to be paid to the Contractor for any extra work, as so ordered, shall
be determined as follows:
(1) By such applicable unit prices, if any, as set forth in the contract; or
(2)
If no such unit prices are set forth, then by unit prices or by a lump sum
mutually agreed upon by the TOWN and the Contractor; or
(3)
If no such unit prices are set forth, and if the parties cannot agree upon
unit prices or a lump sum, then by actual net cost in money to the
Contractor of the materials, permits, wages, or applied labor, premium for
Workers' Compensation Insurance, payroll taxes required by law, rental
for plant and equipment used (excluding small tools) to which total cost
will be added 20 percent as full compensation for all other items of profit,
costs and expenses, including administration, overhead, superintendence,
insurance, insurance other than Workem' Compensation Insurance,
material used in temporary structures, allowances made by the Contractor
to subcontractors, additional premiums upon the Performance Bond of the
Contractor.
4. TIME OF ESSENCE
Inasmuch as the provisions of this Contract relating to the time for performance and completion
of the work are for the purpose of enabling the TOWN to proceed with the construction of a
public improvement, in accordance with a predetermined program, such provisions are of the
essence of this Contract.
5. COMMENCEMENT OF WORK
The Contractor agrees that he will commence work, after signing this Contract, on April 1,
2004 and that the day he commences work shall constitute the first of the consecutive calendar
days allowed for completion of the work. The Contractor agrees to remove waste, in a quantity to
be determined by the Town, within five days of notice by the Town.
6. LIQUIDATED DAMAGES FOR DELAY
The time limit being essential to and of the essence of this Contract, the Contractor hereby agrees
that the TOWN shall be, and is hereby authorized to deduct and retain out of the money which
may be due or may become due to said Contractor under this agreement, the sum of F1VE
HUNDRED DOLLARS ($500.00) per day, which amount is hereby agreed upon, fixed and
determined by the parties hereto as the LIQUIDATED DAMAGES, including overhead charges,
27
services, inspector's wages, and interest on the money invested, that the TOWN will suffer by
reason of such default, for each and every day during which the aforesaid work may be
incomplete over and beyond the time herein stipulated for its completion, provided, however,
that the TOWN shall have the fight to extend the time for the completion of said work.
7. EXTENSIONS OF TIME - NO WAIVER
If the Contractor shall be delayed in the completion of his work by reason of unforeseeable
causes beyond his control and without his fault or negligence, including but not restricted to Acts
of God or of any public enemy, acts or neglect of the TOWN, acts or neglect of any other
Contractor, fires, floods, epidemics, quarantine restrictions, strikes, hots, civil commotion or
fi:eight embargoes, the period herein above specified for completion of his work shall be
extended by such time as shall be fixed by the TOWN.
No such extension of time shall be considered a waiver by the TOWN of its right to terminate the
Contract for abandonment or delay by the Contractor as hereinafter provided or relieve the
Contractor fi:om full responsibility for performance of his obligations hereunder,
8. CONTRACT SECURITY
The Contractor shall not commence any work until he supplies the Town Clerk with a
Performance Bond in the sum of 25% of the total bid price, in a form approved by the Town
Attorney. Such bond must be provided as a prerequisite to entering into a contract for this work,
and failure to provide such a bond will result in forfeiture of the bid bond.
9. CONTRACTOR'S INSURANCE
The Contractor shall not commence any work until he has obtained and had approved by the
TOWN all of the insurance required under this Contract, as enumerated herein:
Compensation Insurance
Public Liability and Property Damage Insurance
Contractor's Protective Liability and Property Damage Insurance
Owner's (TOWN) Protective Public Liability and Property Damage Insurance
Automobile Public Liability and Property Damage Insurance
The Contractor shall not permit any subcontractor to commence any operation on the site until
satisfactory proof of can/age of the above required insurance has been posted with, and approved
by, the TOWN.
Compensation Insurance - The Contractor shall the out and maintain, during the
life of this Contract, Workers' Compensation Insurance for all of his employees
employed at the site of the project, and in any case of any of the work being
sublet, the Contractor shall require the subcontractor similarly to provide
Workers' Compensation Insurance for all of the latter's employees, unless such
employees are covered by the protection afforded by the Contractor.
28
Public Liability and Property Damage Insurance -The Contractor shall take out
and maintain during the life of this Contract such Public Liability and Property
Damage Insurance as shall protect him and any subcontractor performing work
covered by this Contract for claims for damages for personal injury, including
accidental death, as well as from claims for property damage which may arise
from operations under this Contract, whether such operations be by himself or by
any subcontractor, or by anyone directly or indirectly employed by either of them,
and the amounts of such Insurance shall be as follows:
(1)
Public Liability Insurance in the amount not less than FIVE HUNDRED
THOUSAND DOLLARS ($500,000.) for bodily injuries, including
wrongful death to anyone person, and subject to the same limit for each
person in an amount not less than ONE MILLION DOLLARS
($1,000,000.) on account of one accident.
(2)
Property Damage Insurance in an amount not less than ONE HUNDRED
THOUSAND DOLLARS ($100,000.) for damages on account of any one
accident and in an amount of not less than TWO HUNDRED
THOUSAND DOLLARS ($200,000.) for damages on account of all
accidents.
Liability and Property Damage Insurance -The above policies for public liability
and property damage insurance must be so written as to include Contractor's
Protective Liability and Property Damage Insurance to protect the Contractor
against claims arising from the operations of any subcontractor.
Owner's Protective Public Liability and Property Damage Insurance -(TOWN,
and/or TOWN BOARD, TOWN OF SOUTHOLD as OWNER) -The Contractor
shall furnish to the TOWN with respect to the operations he or any of his
subcontractors perform, a regular Protective Public Liability Insurance Policy for
and in behalf of the TOWN and/or TOWN BOARD, TOWN OF SOUTHOLD as
OWNER, providing for a limit of not less than FIVE HUNDRED THOUSAND
DOLLARS ($500,000.) for all damages arising out of bodily injuries to, or death
of, one person and subject to that limit for each person, a total limit of ONE
MILLION DOLLARS ($1,000,000.) for all damages arising out of bodily injuries
to, or death of, two or more persons in anyone accident; and regular Protective
Property Damage Insurance providing for a limit of not less than ONE
HUNDRED THOUSAND DOLLARS ($100,000.) for all damages arising out of
injury to, or destruction of, property in anyone accident and subject to that limit
per accident a total (or aggregate) limit of TWO HUNDRED THOUSAND
DOLLARS ($200,000.) for all damages arising out of injury to, or destruction of
property during the policy period. The insurance must fully cover the legal
liability of the TOWN and/or TOWN BOARD), TOWN OF SOUTHOLD. The
coverage provided under this policy must not be affected if the TOWN performs
work in connection with the project either for, or in cooperation with, the
29
Contractor or as an aid thereto, whether the same be a part of the Contract or
separate there from, by means of its own employees or agents, or if the TOWN
directs or supervises the work to be performed by the Contractor.
Automobile Public Liability and Property Damage Insurance -The Contractor
shall take out and maintain during the life of the Contract such automobile public
liability and property damage insurance as shall protect him and any
subcontractor performing work covered by this Contract from claims for damages
for personal injury, including accidental death as well as from claims for property
damage which may arise from operations under this Contract, whether such
operations be by himself or by any subcontractor, or by any one directly or
indirectly employed by either of them and the amounts of such insurance shall be
as follows:
(1)
Automobile Public Liability Insurance in an amount not less than FIVE
HUNDRED THOUSAND DOLLARS ($500,000.) for bodily injuries,
including wrongful death by any one person, and subject to the same limit
for each person in an amount not less than ONE MILLION DOLLARS
($1,000,000.) on account of one accident.
(2)
Automobile Property Damage Insurance in an amount of not less than
ONE HUNDRED THOUSAND DOLLARS ($100,000.) for damages on
account of any one accident and in an amount of not less than TWO
HLrNDRED THOUSAND DOLLARS ($200,000.) for damages on
account of all accidents.
10. PROOF OF CARRIAGE OF INSURANCE
The Contractor shall furnish the TOWN with certificates of each insurer insuring the
Contractor or any subcontractor under this Contract, except with respect to subdivision D. of
paragraph 9. In respect to this paragraph, the Contractor shall furnish the TOWN with the
original insurance policy.
Both certificates, as furnished, and the insurance policy, as required, shall bear the policy
numbers, the expiration date of the policy and the limit or limits of liability there tinder. Both the
certificates and the policy shall be further endorsed to provide the TOWN with any notice of
cancellation at least ten (10) days prior to the actual date of such cancellation.
11. ~COMPLIANCE WITH LABOR AND PENAL LAWS
The Contractor hereby expressly agrees to comply with all the provisions of the Labor Law and
any and all amendments thereto, insofar as the same are applicable to this Contract. The Labor
Laws, as amended, provide that no laborer, worker or mechanic in the employ of the Contractor,
subcontractor or other person doing or contracting to do the whole or a part of the work
contemplated by this Contract, shall be permitted or required to work more than eight (8) hours
in anyone calendar day, except in cases of extraordinary emergency caused by fire, flood, or
30
danger to life or property; that no such person shall be employed more than eight (8) hours in any
day or more than five (5) days in any week, except in such emergency; that the wages to be paid
for a legal day's work as hereinbefore defined, to laborers, workers, or mechanics upon the work
called for under this Contract, or for any materials used upon or in connection therewith shall not
be less than the prevailing rate for a day's work in the same trade or occupation in the locality
within the State where such work is to be done and each laborer, worker, or mechanic employed
by the Contractor, subcontractor, or other person about or upon the work shall be paid the wages
herein provided; that employees engaged in the construction outside the limits of cities and
villages are no longer exempt from the provisions of the Labor Laws which required the payment
of the prevailing rate of wages and the eight (8) hour day.
Section 220A of the Labor Law, as amended by Chapter 472 of the Laws of 1932, provides that
before payment is made by or on behalf of the State or any City, County, Town or Village or
other civil division of the State, of any sums due on account ora contract for a public
improvement, it is the duty of the Comptroller of the financial officer of the Municipal
Corporation to require the Contractor and each and every subcontractor to file a certified
statement in writing, in satisfactory form, certifying to the amounts then due and owing to any
and all laborers for daily or weekly wages on account of labor performed upon the work of the
Contract, setting forth therein the names of the persons whose wages are unpaid and the amount
due each, respectively.
Section 220B of the Labor Law, as amended, provides that any interested person who shall have
previously filed a protest in writing objecting to the payment to any Contractor or subcontractor
to the extent of the amount or amounts due or to become due to him for dally or weekly wages
for labor performed on the public improvement for which the Contract was entered into, or if, for
any other reason, it may be deemed advisable, the Comptroller of the State or other financial
officer of the Municipal Corporation may deduct from the whole amount of any payment on
account thereof the sum or sums admitted by any Contractor or subcontractor in such statement
or statements so filed to be due and owing by him on account of labor performed and may
withhold the amount so deducted for the benefit of the laborers for daily or weekly wages, whose
wages are unpaid as shown by the verified statements filed by any Contractor or subcontractor
and may pay directly to any person the amount or amounts so shown to be due for such wages.
Section 220C of the Labor Law, as amended, provides the penalty for making of a false oath or
verification.
Section 220D of the Labor Law provides that the advertised specifications for every
Contract for the construction, reconstruction, maintenance and/or repair of highways to which
the State, County, Town and/or Village is a party shall contain the provision stating the
minimum rate of hourly wage that can be paid, as shall be designated by the Industrial
Commissioner, to the laborers employed in the performance of the Contract, either by the
Contractor, subcontractor or other person doing or contracting to do the whole or part of the
work contemplated by the Contract and the Contract shall contain a stipulation that such laborers
shall be paid not less than such hourly minimum rate of wage. Any person or corporation that
willfully pays after entering into such Contract less than such stipulated minimum hourly wage
scale shall be guilty of a misdemeanor and, upon conviction, shall be punished for a first offense
by a fine of Five Hundred Dollars ($500.) or by imprisonment for not more than thirty (30) days,
or by both fine and imprisonment for a second offense by a fine of One Thousand Dollars
($1,000.) and, in addition thereto, the Contract on which the violation has occurred shall be
forfeited; and no such person or corporation shall be entitled to receive any sum or nor shall any
officer, agent or employee of the State pay the same or authorize its payment from the funds
under his charge or control to any person or corporation for work done upon any contract, on
which the Contractor has been convicted of second offense in violation of the provisions of this
Section.
The minimum wage rates established by the Industrial Commissioner, State of New York, for
this Contract, are as set forth in the INFORMATION FOR BIDDERS.
12. PAYMENT OF EMPLOYEES
The Contractor and each of his subcontractors shall pay each of his employees engaged in work
on this project under this Contract in full (less deductions made mandatory by law) in cash and 1
not less often than once each week.
13. PAYMENTS
Monthly: At the end of each calendar month during the progress of the work, the
Contractor shall submit a payment requisition to the Town. The Town will review the
requisition and prepare payment based on the estimated amount of work performed and
the quantity of materials furnished, as based on the prices set forth in the Proposal. In
consideration of the work done and the materials furnished, the TOWN will pay or cause
to be paid to the Contractor the above less such additional amount as may be necessary to
satisfy any claims, liens or judgments against the Contractor which have not been suitable
discharged. The making of any such payment made thereon shall not be taken or
construed as an acceptance by the TOWN of any work so estimated and paid for.
14. ACCEPTANCE OF FINAL PAYMENT CONSTITUTES RELEASE
The acceptance by the Contractor of the final payment shall be, and shall operate as a release
to the TOWN from all claims and all liabilities to the Contractor for all things done or furnished
connection with this work, and for every act and neglect of the TOWN and other relating to, or
arising out of, this work, excepting the Contractor's claims for interest upon the final payment, if
these payments be improperly delayed. No payment, however, final or otherwise, shall operate to
release the Contractor or his sureties from any obligations under this Contract or the Performance
Bond.
15. ACT1VITY REPORTS
The Contractor shall submit to the Engineer prior to the commencing of any work under this
Contract a detailed schedule and plan of operation, indicating the manner in which the
Contractor proposes to prosecute the work, and a time schedule therefore. Such schedules are not
intended to bind the Contractor to a predetermined plan or procedure, but rather to enable the
32
Engineer to coordinate the work of the Contractor with work required of and to be performed by
others.
16. PLANS AND SPECIFICATIONS -INTERPRETATIONS
The Contractor shall keep one (1) copy of the Specifications signed and identified by the
Town. In case of any conflict or inconsistency between the Proposal and Specifications, the
Proposal shall govern. Any discrepancy between the Proposal and Specifications shall be
submitted to the Engineer, whose decision therein shall be conclusive.
17. PROTECTION OF WORK, PERSONS AND PROPERTY
Precaution shall be exercised at all times for the proper protection of all persons, property
and work. The safety provisions of applicable laws, building and construction codes shall be
observed. Machinery equipment and all hazards shall be guarded or eliminated in accordance
with the safety the Manual of Accident Prevention in Construction, published by the Associated
General Contractors of America, to the extent that such provisions are not in contravention of
applicable law. The Contractor shall furnish entirely at iris own expense any and all additional
safety measures deemed necessary by the TOWN or its Engineer to adequately safeguard the
traveling public. The Contractor shall give notice to the owners of all utilities which may serve
the area and request their assistance in predetermining the location and depth oft. he various
pipes, conduits, manholes and other underground facilities.
The Contractor shall, at all hours of the day, safely guard and protect his own work and
adjacent property fi.om any damage and shall replace or make good any such damage, loss or
injury unless such be caused directly by errors contained in the contract documents, or by the
TOWN or its duly authorized representatives.
The Contractor shall provide and maintain such watchers, barriers, lights, flares and other
signals, at his own expense, as will effectively prevent any accident in consequence of his work
for which the TOWN might be liable. The Contractor shall be liable for all injury or damage
caused by his act or neglect, or that of his employees.
18. REPRESENTATIONS OF CONTRACTOR
The Contractor represents and warrants:
That he is financially solvent and that he is experienced in and competent to
perform the type of work involved under this Contract and able to furnish the
plan, materials, supplies and/or equipment to be furnished for the work; and
That he is familiar with all Federal, State and Municipal Laws, ordinances and
regulations which may in any way affect the work of those employed hereunder,
including but not limited to any special acts relating to the work; and
That such work required by these contract documents as is to be done by him can
be satisfactorily constructed and used for the purpose for which it is intended and
that such construction will not injure any person or damage any property; and
That he has carefully examined the Plans, Specifications, and the site of the work,
and that from his own investigation he has satisfied himself as to the nature and
location of the work, the character, location, quality and quantity of surface and
subsurface materials, structures and utilities likely to be encountered, the
character of equipment, and other facilities needed for the performance of the
work, the general local conditions which may in any way affect the work or its
performance.
19. AUTHORITY OF THE ENGINEER
In the performance of the work, the Contractor shall abide by all orders and directions and
requirements of the Engineer and shall perform all work to the satisfaction of the Engineer, at
such time and places, by such methods, and in such manner and sequence as he may require. The
Engineer shall determine the amount, quality, acceptability and fitness of all parts of the work,
shall interpret the plans, specifications, contract documents and any extra work orders and shall
decide all other questions in connection with the work. Upon request, the Engineer shall confirm
in writing any oral orders, directions, requirements or determinations. The enumeration herein or
elsewhere in the contract documents of particular instances in which the opinion, judgment,
discretion or determination of the Engineer shall control, or in which work shall be performed to
his satisfaction or subject to his approval, or inspection, shall not imply that only matters similar
to those enumerated shall be so governed and so performed, but without exception all the work
shall be governed and so performed. Nothing herein shall be construed to give the Contractor a
claim for extra work unless prior thereto an appropriate Change Order has been executed by the
TOWN and Contractor for such work.
20. CHANGES AND ALTERATIONS
The TOWN reserves the right to make alterations in plant site, or any part thereof, either before
or after the commencement of the construction.
21. CORRECTION OF WORK
All work and all materials, whether incorporated into the work or not, all processes of
hauling and all methods of disposal shall be, at all times and places, subject to the inspection of
the Engineer who shall be the final judge of quality, materials, processes suitable for the purpose
for which they are used. Should they fail to meet his approval they shall be corrected, by the
Contractor at his own expense. Rejected materials shall immediately be removed from the site.
The Contractor expressly warrants that his equipment shall be free from any, and agrees to
correct any defects immediately.
34
22. THE TOWN'S RIGHT TO WITHHOLD PAYMENTS
The TOWN may withhold from the Contractor so much of any approved payments due him as
may, in the judgment of the TOWN, be necessary:
To assure the payment of just claims then due and unpaid of any persons
supplying labor or materials for the work;
B. To protect the TOWN from loss due to defective work not remedied; or
To protect the TOWN from loss due to injury to persons or damage to the work or
property of other contractors or subcontractors or others, caused by the act or
neglect of the Contractor or any of his subcontractors. The TOWN shall have the
right, as agent for the Contractor, to apply any such amount so withheld in such
manner as the TOWN may deem proper to satisfy such claims or to secure such
protection. Such application of such money shall be deemed payments for the
account of the Contractor.
23. THE TOWN'S RIGHT TO STOP WORK OR TERMINATE CONTRACT
If:
The Contractor shall file for any form of bankruptcy relief or make an assignment
for the benefit of creditors; or
A receiver or liquidator shall be appointed for the Contractor for any of his
property and shall not be dismissed within twenty (20) days after such
appointment, or the proceedings in connection therewith shall not be stayed on
appeal within the said twenty (20) days; or
C. The Contractor shall violate any provision of this Contract; or
The Contractor shall fail or refuse to regard laws, ordinances, regulations, or the
instructions of the Engineer and/or the TOWN;
then, and in any such event, the TOWN without prejudice to any other rights or remedy it may
have, and after seven (7) days written notice to the Contractor and Contractor's Surety may
terminate the employment of the Contractor and take possession of the premises and all material,
tools and appliances therein, and complete the work by contract or otherwise, as the TOWN
solely may deem expedient. In such case, the Contractor shall not be entitled to receive any
further payment until the work is finished.
24. CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT
If the work shall be stopped by order of the Court or any public authority, Federal or State
agency, for a period of three (3) months through no act or fault of the Contractor or any of his
agents, servants, employees, material men, or subcontractors, the Contractor may, upon ten (10)
days notice to the TOWN, discontinue his performance of the work and/or terminate the
Contract.
If the Contract is terminated by the Contractor, the liability of the TOWN to the Contractor shall
be for all work executed and for any proven loss sustained upon any materials, equipment, tools,
construction equipment, including reasonable profit and damages.
25. RESPONSIBILITY OF WORK
The Contractor agrees to be responsible for the entire work embraced in this Contract until its
completion and final acceptance, and that any unfaithful or imperfect work that may become
damaged from any cause, either by act or commission or omission to properly guard and protect
the work that may be discovered at any time before the completion and acceptance shall be
removed and replaced by good and satisfactory work without any charge to the TOWN and that
such removal and replacement will be performed immediately on the requirement of the
Engineer, notwithstanding the fact that it may have been overlooked by the proper inspector, and
partial payment made thereon. It is fully understood by the Contractor that the inspection of the
work shall not relieve him of any obligation to do sound and reliable work as herein prescribed,
and that any omission to disapprove of any work by the Engineer at or before the time of a
partial payment or other estimate shall not be construed to be an acceptance of any defective
work.
26. USES OF PREMISES AND REMOVAL OF DEBRIS
The Contractor expressly undertakes at his own expense:
Ao
To take every precaution against injury to persons or damages to property;
To store his apparatus; materials, supplies and equipment in such orderly fashion
at the site of the work as will not unduly interfere with the progress of his work or
the work of any of his subcontractors, or other contractors;
To frequently clean up all refuse, rubbish, scrap materials and debris caused by
the operations to the end that at all times the site of the work shall present a neat
and orderly and workmanlike appearance;
27. POWER OF THE CONTRACTOR TO ACT IN AN EMERGENCY
In case of an emergency which threatens loss or injury to property and/or safety to life, the
Contractor will be permitted to act as he sees fit without previous instructions from the TOWN
He shall notify the TOWN thereof immediately thereafter and any compensation claimed by the
Contractor due to extra work made necessary because of his acts in such emergency shall be
submitted to the TOWN for approval and Change Order executed by the TOWN and the
Contractor.
Where the Contractor has not taken action but has notified the Engineer of an emergency
indicating injury to persons or damage to adjoining property or to the work being accomplished
under this Contract, then upon authorization from the Engineer to prevent such threatened injury
or damage, he shall act as instructed by the Engineer. The amount of reimbursement claimed by
the Contractor on account of any such action shall be determined in the manner provided herein
for the payment of extra work and shall be incorporated into a Change Order executed by the
TOWN and Contractor.
28. SUITS AT LAW
The Contractor shall indemnify and save harmless the TOWN from and against all suits,
claims, demands or actions for any injury sustained or alleged to be sustained by any party or
parties in connection with the construction of the work or any part thereof, or any commission or
omission of the Contractor, his employees or agents or any subcontractors and in case any such
action shall be brought against the TOWN, the Contractor shall immediately take care of and
defend the same at his own cost and expense.
29. PROVISIONS REQUIRED BY LAW DEEMED INSERTED
Each and every provision of law and clause required by law to be inserted in this Contract
shall be deemed to be inserted herein and the Contract shall be read and enforced as though it
were included herein, and if through mistake or otherwise any such provision is not inserted or is
not correctly inserted, then upon the application of either party the Contract shall be physically
amended to make such insertion.
30. SUBLETTING AND ASSIGNS
The Contractor shall not sublet any part of the work under this Contract, nor assign or
transfer any work or money due under this contract without first obtaining the written consent of
the Town. This Contract shall insure to the benefit of and shall be binding upon the parties
hereunder and upon their respective successors and assigns.
IN WITNESS WHEREOF, the parties hereto have set their hands and seals the day and year first
above written.
37
LEGAL NOTICE
NOTICE TO BIDDERS
PLEASE TAKE NOTICE that sealed bids will be received by the Town Board, on
behalf of the Town of Southold, in the Town Hall, 53095 Main Road, Southold, New
York 11971, not later than 10:00 A.M., Thursday, December 11, 2003 at which time
they will be publicly opened and read aloud, for the following project:
SCAVENGER WASTE TREATMENT FACILITY
WASTE TRANSPORT AND DISPOSAL
A non-refundable fee of Twenty-Five Dollars ($25.00) payable to the Town of Southold
will be required for a set of specifications. The above referenced specifications, may be
seen at or procured fi.om the office of the Town Clerk, 53095 Main Road, Southold, New
York 11971.
Each bid shall be accompanied by a non-collusive bid certificate and bank draft or
certified check in the amount of $500.00.
The Town Board reserves the right to reject any and all bids and waive any and all
informality in any bid should it be deemed in the best interest of the Town of Southold to
do so.
All bids must be signed and sealed in envelopes plainly marked "Bid on Scavenger
Waste Transport", and submitted to the Office of the Town Clerk. The bid price shall
not include any tax, federal, state, or local, from which the Town of Southold is exempt,
Dated: November 6, 2003
ELIZABETH A. NEVILLE
SOUTHOLD TOWN CLERK
PLEASE PUBLISH ON NOVEMBER 13, 2003, AND FORWARD ONE (1)
AFFIDAVIT OF PUBLICATION TO ELIZABETH A. NEVILLE, TOWN
CLERK, TOWN HALL, P.O. BOX 1179, SOUTHOLD, NEW YORK 11971.
Copies to the following:
The Suffolk Times
Town Attorney
Browns Letters
Data Construction
Scavenger Waste Plant
Town Board Members
Dodge Reports
Burrelle's Information Services
Town Clerk's Bulletin Board
LEGAl, NOTICE
NOTICE TO BIDDERS
PLEASE TAKE NOTICE
that sealed bids will be received
by the Town Board, on behalf of
the Town of Southold, in the
Town Hall, 53095 Main Road,
Southold, New York 11971, not
later than 10:O0 A.M.,
Thursday, December 11, 2003
at which time they will be pub-
licly opened and read aloud, for
the following project:
SCAVENGER WASTE
TREATMENT FACILITY
WASTE TRANSPORT AND
DISPOSAL
A non-refundable fee of
Twenty-Five Dollars 1525.00)
payable to the Town of Southold
will be required for a set of spec-
ifications. The above referenced
specifications, may be seen at or
procured from the office of the
Town Clerk, 53095 Main Road,
Southold, New York 1197 l.
Each bid shall be accompa-
nied by a non-collusive bid cer-
tificate and bank draft or certi-
fied check in the amount of
$500.00.
The Town Board reserves the
right to reject any and all bids
and waive any and all informali-
ty in any bid should it be
deemed in the best interest of the
Town of Southold to do so.
All bids must be signed and
sealed in envelopes plainly
marked "Bid on Scavenger
Waste Transport'~ and submit-
ted to the Office of the Town
Clerk. The bid price shall not
include any tax, federal, state, or
local, from which the Town of
Southold is exempt.
Dated: November 6, 2003
ELIZABETH A. NEVILLE
SOUTBOLD TOWN CLERK
IX 11/13/03 (052)
COUNTY OF SUFFOLK
STATE OF NEW YORK ss:
I.ise Marinate. being dui), sworn, says
thai she is the I.egal Advertising
Coordinator. of the 7hn'e/er ll~/chmtm.
a public newspaper printed at Soulhold.
in Suflblk County: and that lhe notice of
which the annexed is a prinlcd copy, has
been published in said Trm'eler
I~IIC]?DI~[t? once each week
tbr
........ ?'...week(P,4
successively,
commepcing on tJ~e ..... ~ ........ day of
2OO3.
Sworla lo be/bre jnc this..d. 3..day of
Notary PuN ic
**** RECEIPT ....
Date: 11/20/2003
Receipt # · <<Number>>
Fee Code: 2003 Scavenger Waste Removal
Fee Type:
Amount Paid: Received $ 25.00
PermitJLic #:
Name: RGM, Liquid Waste Removal
972 Nicolls Rd
Deer Park, NY 11729
Elizabeth A. Neville
Southold Town Clerk
LEGAL NOTICE
NOTICE TO BIDDERS
PLEASE TAKE NOTICE that sealed bids will be received by the Town Board, on
behalf of the Town of Southold, in the Town Hall, 53095 Main Road, Southold, New
York 11971, not later than 10:00 A.M., Thursday, December 11, 2003 at which time
they will be publicly opened and read aloud, for the following project:
SCAVENGER WASTE TREATMENT FACILITY
WASTE TRANSPORT AND DISPOSAL
A non-refundable fee of Twenty-Five Dollars ($25.00) payable to the Town of Southold
will be required for a set of specifications. The above referenced specifications, may be
seen at or procured from the office of the Town Clerk, 53095 Main Road, Southold, New
York 11971.
Each bid shall be accompanied by a non-collusive bid certificate and bank draft or
certified check in the amount of $500.00.
The Town Board reserves the right to reject any and all bids and waive any and all
informality in any bid should it be deemed in the best interest of the Town of Southold to
do so.
All bids must be signed and sealed in envelopes plainly marked "Bid on Scavenger
Waste Transport", and submitted to the Office of the Town Clerk. The bid price shall
not include any tax, federal, state, or local, from which the Town of Southold is exempt.
Dated: November 6, 2003
ELIZABETH A. NEVILLE
SOUTHOLD TOWN CLERK
PLEASE PUBLISH ON NOVEMBER 13, 2003, AND FORWARD ONE (1)
AFFIDAVIT OF PUBLICATION TO ELIZABETH A. NEVILLE, TOWN
CLERK, TOWN HALL, P.O. BOX 1179, SOUTHOLD, NEW YORK 11971.
Copies to the following:
The Suffolk Times
Town Attorney
Browns Letters
Data Construction
Scavenger Waste Plant
Town Board Members
Dodge Reports
Burrelle's Information Services;
Town Clerk's Bulletin Board
STATE OF NEW YORK)
SS:
COUNTY OF SUFFOLK)
ELIZABETH A. NEVILLE, Town Clerk of the Town of Southold, New York being duly
sworn, says that on the __ l0 day of I'XJOq,,4a,.~ , 2003 she affixed a notice of
which the annexed prinled notice is a tree copy, in a proper and substantiaI manner, in a
most public place in the Town of Southold, Suffolk County, New York, to wit: Town
Clerk's Bulletin Board, Southold Town Hall, 53095 Main Road, Southold, New York.
Legal Notice -Notice to Bidders for Year 2004 Bid for" Scavenger Waste Treatment
Facility Waste Transport And Disposal ", bid opening at 10:00 a.m., Thursday,
December 11, 2003.
El~abeth A. Neville ('
Southold Town Clerk
Sworn to before me this
Ih_day of }400 ,2003
Iqotary Public
LYNDA M. BOHN
NOTARY PUBLIC, State of New ¥od~
No. 01 BO6020932
(3ualified in Su~foIl~ Coun~
Term Expires Marct3 8, £0 ~
NON-COLLUSIVE BID CERTIFICATE
The undersigned bidder certifies that this bid has been arrived at by the bidder
independently and has been submitted without collusion with any other vendor of
materials, supplies or equipment of the type described in the invitation for bids, and the
contents of this bid have not been communicated by the bidder, nor, to its best knowledge
and belief, by any of its employees or agents, to any person not an employee or agent of
the bidder or its surety on any bond furnished herewith prior to the official opening of the
bid.
(Signed)_
(Corporate Title)
(if any)
Printed Name
Company Name
Address
Bid on YEAR 2004 SCAVENGER WASTE TREATMENT FACILITY
WASTE TRANSPORT AND DISPOSAL
INVITATION TO BIDDERS FOR
THE FOLLOWING PROJECT:
SCAVENGER WASTE TREATMENT FACILITY
WASTE TRANSPORT AND DISPOSAL
BID OPENING: 10:00 A.M.,THURSDAY, December 11, 2003
INDEX
TOWN OF SOUTHOLD
CONTRACT
REMOVAL, TRANSPORTATION AND DISPOSAL
OF SCAVENGER WASTE FROM THE
SCAVENGER WASTE TREATMENT FACILITY
INDEX PAGE
NOTICE TO BIDDERS
INSTRUCTIONS FOR BIDDERS/WAGE RATES
QUALIFICATIONS OF BIDDER
PROPOSAL
BUILDER'S RISK iNSURANCE
GENERAL CONDITIONS
SECTION 13219- SCAVENGER WASTE REMOVAL.
TRANSPORTATION AND DISPOSAL
CONTRACT
_Page Number
2
3
4-7
8
9-15
16
17-21
22 - 24
25 - 38
LEGAL NOTICE
NOTICE TO BDDERS
PLEASE TAKE NOTICE that sealed bids will be received by the Town Board, on behalf of the
Town of Southold, in the Town Hall, 53095 Main Road, Southold, New York 11971, not later
than 10:00 A.M., Thursday, December 11,2003 at which time they will be publicly opened
and read aloud, for the following project:
SCAVENGER WASTE TREATMENT FACILITY
WASTE TRANSPORT AND DISPOSAL
A non-refundable fee of Twenty-Five Dollars ($25.00) payable to the Town of Southold will be
required for a set of specifications. The above referenced specifications, may be seen at or
procured from the office of the Town Clerk, 53095 Main Road, Southold, New York 11971.
Each bid shall be accompanied by a non-collusive bid certificate and bank draft or certified
check in the amount of $500.00.
The Town Board reserves the right to reject any and all bids and waive any and all informality in
any bid should it be deemed in the best interest of the Town of Southold to do so.
Ail bids must be signed and sealed in envelopes plainly marked "Bid on Scavenger Waste
Transport", and submitted to the Office of the Town Clerk. The bid price shall not include any
tax, federal, state, or local, from which the Town of Southold is exempt.
Dated:
ELIZABETH A. NEVILLE
SOUTHOLD TOWN CLERK
PLEASE PUBLISH ON, AND FORWARD ONE (1) AFFIDAVIT OF PUBLICATION TO
ELIZABETH A. NEVILLE, TOWN CLERK, TOWN HALL, P.O. BOX 1179, SOUTHOLD,
NEW YORK 11971.
Copies to the following:
The Suffolk Times
Town Board Members
Town Attorney
Dodge Reports
Browns Letters
Burrelle's lnfom~ation Services
Data Construction
Town Clerk's Bulletin Board
INSTRUCTIONS TO BIDDERS/WAGE RATES
1. RECEIPT AND OPENING OF BIDS
The Town Board, of the Town of Southold, Southold, New York (herein called the
"Town") invites bids on the forms attached hereto. All blanks on these forms must be filled in
appropriately and completely including the attached non-collusive bidding certificate.
Proposals shall be enclosed in opaque sealed envelopes plainly marked, TOWN OF
SOUTHOLD, NEW YORK, PROPOSAL FOR REMOVAL, TRANSPORTATION AND
DISPOSAL OF SCAVENGER WASTE FROM THE SCAVENGER WASTE TREATMENT
FACILITY, and the name and address of the bidder. Bids may be forwarded by mail at the sole
risk of the Contractor. If mailed, they must be registered and the sealed envelope containing the
proposal and marked as directed above, must be enclosed in another envelope properly addressed
for mailing.
The Town may consider informal any bid not prepared and submitted in accordance with
the provisions hereof, and may waive any information in or reject any and all bids. Any bid may
be withdrawn prior to the above scheduled time for the opening of bids or authorized
postponement thereofi Any bid received after the time and date specified, shall not be
considered.
2. DESCRIPTION OF THE WORK
Said work is more particularly described in the attached specifications. The specifications
are attached to and are a part of the contract documents.
3. PREPARATION OF PROPOSAL
Proposals shall be submitted on the prescribed form. All blank spaces for unit prices,
lump sums, total prices and alternates must be filled in, ~vritten in ink or typewritten, in both
words and figures.
4. ERRORS IN BID
In the event there is a discrepancy between the unit prices and/or lump sums written in
words and written in figures, the unit prices and/or lump sum written in words will govern. In the
event there is a discrepancy between the unit price and the total price for a particular item, the
unit-price will govern.
5. APPROXIMATE QUANTITIES
The quantities given in the proposal are approximate only, being given as a basis for the
uniform comparison of bids, and the Town does not expressly or by implication agree that the
actual amount of work will correspond therewith.
The actual quantities of materials used will be measured on site of work by the Engineer
or his representative.
4
INSTRUCTIONS TO BIDDERS/~VAGE RATES (CONT'D)
6. BiDDERS TO CHECK APPROXIMATE QUANTITIES
Bidders must satisfy themselves by personal examination of the location of the proposed
work, and by such other means as they may choose, as to the actual conditions and requirements
of the work and the accuracy of the estimate of the Town, and shall not, at any time after the
submission of a bid, dispute or complain of such statement or estimate of the Town, nor assert
that there has been any misunderstanding in regard to the nature or amount of the work to be
done.
7. PRICES NOT CHANGED BY CHANGE IN QUANTITIES
An increase or decrease in the quantity for any unit price item shall not be regarded as
sufficient grounds for an increase or decrease in the unit price of that item, nor in the time
allowed for the completion of the work, except as provided in the Contract.
8. INTENT OF CONTRACT DOCUMENTS
The intent of the Contract Documents is to obtain a complete job, satisfactory to the
Town. It shall be understood that the bidder has satisfied himself as to the full requirements of
the Contract, and has based his proposal upon such understanding. Compensation for all work
and materials required to complete the Contract shalI be considered included in the various unit
price and lump sum bids on the items as listed in the proposal.
9. CONDITIONS OF WORK
Each bidder must inform himself fully of the conditions relating to the construction and
labor under which the work will be performed; failure to do so will not relieve a successful
bidder of his obligation to furnish all material and labor necessary to carry out the provisions of
the Contract Documents and to complete the contemplated work for the consideration set forth in
his bid.
At the time of the opening of bids, each bidder will be presumed to have inspected the
site and to have read and to be thoroughly familiar with the Contract Documents, including all
addenda. The failure or omission of any bidder to receive or examine any form, instrument or
document shall not relieve any bidder from any obligation in respect of his bid. Site inspection
shall include surface and subsurface conditions.
Bidders are notified that it is obligatory upon them to obtain by their own means information
which they may require as to the existing physical conditions. The Town will make available to
the bidder any information obtained by investigations previous to opening bids, but makes no
guarantee with respect to the accuracy of such information, and each bidder in bidding represents
that he relies exclusively upon his own investigations and he makes his bid with a full knowledge
of all conditions, and the kind, quality and quantity of work required.
INSTRUCTIONS TO BIDDERS/WAGE RATES (CONT'D)
10. QUALIFICATION OF BIDDERS.
The Town may make such investigations as it deems necessary to determine the ability of
the bidder to perform the work, and the bidder shall furnish the Town all such information and
data requested for this purpose.
11. BID SECURITY
Each bid shall be accompanied by a certified check or bank draft payable To The Order
of the Town of Southold, negotiable U.S. Government Bonds (at par value), or a satisfactory bid
bond executed by the bidder and an acceptable surety on the Form of Bid Bond attached hereto,
duly executed by the bidder as principal and having as surety thereon a surety company approved
by the Town, in an amount not less than five hundred dollars. Such bid security will be promptly
returned to all except the three lowest bidders within three (3) days after the opening of bids, and
the remaining bid security will be returned promptly after the Town and the accepted bidder have
executed the Contract, or if no Contract has been so executed, within 90 days after the date of the
opening of bids, upon demand of the bidder at any time thereafter so long as he has not been
notified of the acceptance of his bid.
12. LIQUIDATED DAMAGES FOR FAILURE TO ENTER INTO CONTRACT
The successful bidder, upon his failure or refusal to execute and deliver the Contract,
insurances and bonds required within five (5) days (Saturdays and Sundays excepted) after he
has received notice of the acceptance of his bid, shall forfeit to the Town as liquidated damages
for such failure or refusal, the security deposited witb his bid.
13. BASIS OF AWARD
The Contract will, at the discretion of the Town be awarded on the basis of competitive
bids to the lowest responsible bidder.
It is the purpose of the Town not to award the Contract to any bidder who does not
furnish satisfactory evidence that he is responsible and that he has sufficient capital, ability,
experience and plant to enable him to prosecute the work successfully, and to fulfill all the
requirements of the Contract.
14. REJECTION OF BIDS
The Town reserves the right to reject any or all bids, or to accept any bid should it deem
it to be for its best interest so to do. Bids not prepared and submitted in accordance with the
provisions of the Instructions to Bidders, and bids which am incomplete, conditional or obscure;
or which contain additions not called for, erasures, alterations or irregularities of any kind, may
be rejected as informal.
INSTRUCTIONS TO BIDDERS/WAGE RATES (CON'
I5. POWER OF ATTORNEY
Attorneys in fact who sign contract bonds must file with each bond a certified copy of
their power of attorney to sign said bonds.
16. VISIT TO SITE
THE CONTRACTOR IS REQUIRED TO VISIT THE WORK SITE PRIOR TO
SUBMITTING HIS B1D.
17. SPECIFICATIONS FEE
The Twenty-five Dollars ($25.00) fee for each set of specifications is non-refundable.
18. LABOR RATES
The Contractor shall pay not less than the minimum hourly wage rates on this Contract as
established in accordance with Section 220 of the Labor Law and in accordance with ali other
applicable laws.
19. PERFORMANCE BOND
The Contractor shall not commence any work until he supplies the Town Clerk with a
Performance Bond in the sum of 25% of the total bid price, in a form approved by the Town
Attorney. Such bond must be provided as a prerequisite to entering into a contract for this work,
and failure lo provide such a bond will result in forfeiture of the bid bond.
7
QUALIFICATIONS OF BIDDERS
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
The following is a list showing the name of the Owner, the Location, the Date of Construction
and/or Performance, a General Description of the Work, and the Amount of the Contract Work
of a similar nature constructed and/or performed by the undersigned, and which has been
completed and in operation for a period of not less than one (I) year (minimum of five (5) such
projects):
FIRM NAME:
ADDRESS:
SIGNED BY:
TITLE:
PROPOSAL
TO THE TOWN BOARD, TOWN OF SOUTHOLD, SUFFOLK COUNTY, STATE OF NEW
YORK, acting for and on behalf of the TOWN OF SOUTHOLD.
BIDDER'S DECLARATION: The undersigned, as Bidder, declares that the only person or
persons interested in this bid or proposal as principal or principals is or are named herein; and
that no other person than herein named has any interest in this proposal or in the contract
proposed to be taken; that this bid or proposal is made without any connections with any other
person or persons making a bid or proposal for the same purpose; that the bid or proposal is in all
respects fair and without collusion or fraud; that it has examined the site of the work, the
Contract and Specifications and the Drawings referred to; and has read the Notice to Bidders,
information for Bidders and General Conditions hereto attached and fully understands all the
same; and it proposes and agrees, if this proposal is accepted, it will contract xvith the TOWN
BOARD of the TOWN OF SOUTHOLD in the Contract accompanying this bid to perform all
the work required in accordance with the Plans and as mentioned in said foregoing Information
for Bidders, General Conditions, Notice to Bidders, Contract and Specifications; and it will
accept in full payment therefor the following sums to wil:
9
PROPOSAL
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
REMOVAL, TRANSPORTATION AND DISPOSAL OF SCAVENGER WASTE
FROM THE SCAVENGER WASTE TREATMENT FACILITY
BID DATE: December 11, 2003
TIME: 10:00 A.M.
BASE BID
The undersigned further understands and agrees that he is to furnish all labor, material,
equipment, permits, supplies and other facilities necessary and required for the execution and
completion of:
REMOVAL, TRANSPORTATION AND DISPOSAL
OF SCAVENGER WASTE FROM THE SCAVENGER WASTE TREATMENT FACILITY
in strict accordance with the contract documents for:
Item # 1
Scavenger Waste Removal and Transport to an Approved Disposal Location
Furnishing all labor, materials, equipment, permits and supplies necessary to remove, transport
and dispose of approximately 2,000,000 gallons of scavenger waste to an approved disposal
location for a twelve (12) month contract period between March 1, 2004 to February 28, 2005.
The Town will notify the contractor within the 90 day period.
PRICE PER GALLON
DOLLARS
TOTAL DOLLARS
l0
PROPOSAL
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
REMOVAL, TRANSPORTATION AND DISPOSAL OF SCAVENGER WASTE
FROM THE SCAVENGER WASTE TREATMENT FACILITY
BID DATE: December 11, 2003
TIME: 10:00 A.M.
ITEM 2 - IDENTIFICATION OF APPROVED DISPOSAL LOCATION,
FACILITY
NAME:
FACILITY
ADDRESS:
FACILITY CONTACT
PERSON:
FACILITY CONTACT PHONE
NUMBER:
TOTAL BID
TOTAL DOLLARS
Unit prices bid per gallon shall be used as additions or deductions based on the actual
quantity of scavenger waste removed and disposed of. Work must commence within five (5)
consecutive calendar days after notice to proceed.
The Town hereby reserves the right to select the Total Bid or reject a bid ifa contractor's
stated unit prices are evaluated as unreasonable.
The ']'own also reserves the right to void this contract after fifteen days notice.
THE CONTRACT PERIOD WILL BE FOR A PERIOD OF TWELVE (12) MONTHS. 1F THE
CONTRACTOR DOES NOT PERFORM THE WORK WITHIN FWE (5) CALENDAR DAYS
OF BEING NOTIFIED BY THE TOWN of SOUTHOLD TO REMOVE SCAVENGER
WASTE, THE CONTRACTOR WILL BE SUBJECT TO LIQUiDATED DAMAGES IN THE
AMOUNT OF FIVE HUNDRED DOLLARS ($500.00) PER DAY FOR EACH AND EVERY
CALENDAR DAY BEYOND FWE (5) DAYS. THE CONTRACTOR MUST POST A
PERFORMANCE BOND IN AN AMOUNT OF 25% OF THE TOTAL BiD PRICE.
12
PROPOSAL (CONT'D.)
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
REMOVAL, TRANSPORTATION AND DISPOSAL OF SCAVENGER WASTE
FROM THE SCAVENGER WASTE TREATMENT FACILITY
BID DATE: DECEMBER 11,2003
TIME: 10:00 A.M.
THE UNDERSIGNED HEREBY ACKNOWLEDGES RECEIPT OF THE FOLLOWiNG
ADDENDA (IF ANY):
ADDENDUM NO.
DATED
CONTRACTOR:
ADDRESS:
SIGNED BY:
TITLE:
DATE:
FEDERAL ID NO. OR
SOCIAL SECURiTY NO.:
TELEPHONE NO: BUSINESS:
· EMERGENCY:
~3
PROPOSAL
Enclose certified check or bid bond for five hundred dollars as stipulated in the foregoing
Information for Bidders.
The Bidder hereby agrees to enter into a Contract within seven (7) days (Saturdays and Sundays
excepted) after due notice from the Town Board, Town of Southold, that the Contract has been
awarded to it and is ready for signature; such notice to be given in writing within ninety (90)
days of opening of the bids and, on the signing of such Contract by the Bidder, to furnish the
indemnifying bonds as provided in the Contract.
The Bidder hereby further agrees that in the event of its failure or refusal to enter into a contract
in accordance with this bid within ten (10) days after due notice from the Town Board that the
Contract has been awarded to it and is ready for signature, as given in accordance with the
Information for Bidders and/or its failure to execute and deliver the bond as provided in said
Information for Bidders, the Bidder's check or bid bond which is herewith deposited with the
Town Board shall (at the option of said Board) become due and payable as ascertained and
liquidated damages for such default; otherwise, said check or bid bond will be returned to the
undersigned.
The full names and residences of all persons and parties interested in the foregoing bid as
principals are as follows:
NAME ADDRESS
NAME OF
BIDDER
BUSINESS ADDRESS OF
BIDDER
DATED AT:
THE
DAY OF ,2004.
14
PROPOSAL
NON-COLLUSIVE BIDDING CERTiFICATE
By submission of this bid, each bidder and each person signing on behalf of any bidder certifies;
and, in the case of a joint bid, each party thereto certifies as to its own organization, under
penalty of perjury, that to the best of its knowledge and belief:
(a)
The prices in this bid have been independently arrived at without collusion,
consultation, communication or agreement with any other bidder or with any
competitor for the purpose of restricting competition as to any matter relating to
such prices with any other bidder or with any competitor.
(b)
Unless otherwise required by law, the prices which have been quoted in this bid
proposal have not been lo~owingly disclosed and will not be knowingly disclosed
by the bidder, directly or indirectly, to any other bidder or competitor prior to the
opening of the bids for this project; and
(c)
restricting competition.
Southold~ Ne~v York
Dated:
No attempt has been or will be made by the bidder to induce any other person
partnership or corporation to submit or not to submit a bid for the purpose of
Respectfully submitted,
FIRM
NAME:
FIRM ADDRESS:
SIGNED
BY:
TITLE:
If this bidder cannot make the foregoing certification, a statement signed by the bidder is
attached setting forth in detail the reasons therefor.
Indicate if statement is attached:
15
BUILDERS RISK INSURANCE, INDEMNITY, LIMITATION OR LIABILITY
1. BUILDERS RISK INSURANCE
The Contractor shall purchase and maintain during the course of construction until
issuance of the "APPROVAL OF FINAL PAYMENT", an ALL RISK. Builders Risk coverage
insurance policy in the full amount of the contract. The policy shall name as co-insureds the
CONTRACTOR and the OWNER. The original copy of the policy shall be delivered to the
OWNER, stamped PREMIUM PAID.
2. INDEMNITY
The Contractor and all sub-contractors performing work in connection with this contract
shall HOLD -HARMLESS, INDEMNIFY and defend the OWNER, their consultants, and each
of their officers, agents and employees from any and all liability, claims, losses or damage
arising out of or alleged to arise from the Contractor's or sub-contractor's negligence in the
performance of the work described in the contract documents, but not including liability that may
be due to the sole negligence of the OWNER or its officers, agents and employees.
3. LIMITATION OF LIABILITY
The Contractor and all sub-contractors agree to limit the liability of the OWNER due to
the Owner's professional negligent acts, errors, or omissions, such that the total aggregate
liability of the Owner to those named shall not exceed Fifty Thousand Dollars ($50,0000, or 5%
of the contract award amount, whichever is greater.
GENERAL CONDITIONS
1.0 GENERAL CONDITIONS
The "General Conditions" are hereby made a part of these Specifications and are attached herein.
Where any article of the General Conditions is supplemented hereby, the provisions of such
article shall remain in effect. All the supplemental provision shall be considered as added thereto.
Where any such article is amended, voided or superseded thereby, the provisions of such article
not so specifically amended, voided or superseded shall remain in effect.
Work, materials, plant, labor and other requirements :of the General Conditions shall be
furnished by the Contractor. No direct payment shall be made for these General Conditions, and
payment shall be deemed to be included in the Contract price of the various items of the entire
Contract.
2.0 CONTRACT DOCUMENTS
The Contract Documents include, but are not limited to, the General Conditions, General
Specifications, Detailed Specifications, Plans, Proposal, Contract and other sections as are either
cited on the index page(s) or actually included in the bound documents.
Each section of the Contract Documents is intended to be complementary to the other sections.
It is intended that they include all items of labor and materials and everything required and
necessary to complete the work, even though some items of work or materials may not be
particularly mentioned in every section or may have been inadvertently omitted from the
Drawings or Specifications or both.
3.0 APPROVAL OF SUBCONTRACTORS AND MATERIALS
Prior to commencing any work under this Contract, the Contractor shall submit to the Town for
approval a list of all the subcontractors and material suppliers it proposes to use for this Contract.
No subcontractor or material supplier will be permitted to deliver materials or perform any work
on this Contract until it has been approved by the Town.
4.0 iNTERPRETATION OF DRAWINGS, ETC.
In the event of discrepancies between the Drawings and the Specifications, the following order
shall be given preference when making interpretations
(a) Addenda (later dates to take precedence over earlier dates);
(b)
Drawings (schedules or notes to take precedence over other data shown on
Drawings);
(c) Detailed Specifications
17
GENERAL CONDITIONS (CONT'D.)
(d) General Specifications
(e) General Conditions
All work that may be called for in the Specifications, shall be furnished and executed by the
Contractor. Should any work or material be required which is not denoted in the Specifications,
either directly or indirectly, but which is necessary for he proper carrying out of the intent
thereof, it is understood and agreed that the same is implied and required, and that the Contractor
shall perform such work and furnish such materials as if they were completely delineated and
described.
5.0 ADDITIONAL WORK
Additional work, if required to be performed under this contract, will be in accordance with the
applicable paragraphs of the Contract. The Engineer shall be the sole judge as to whether such
work was intended as part of the Contract or is in addition thereto.
6.0 OCCUPATIONAL SAFETY AND HEALTH ACT
The Contractor shall meet all standards of the Occupational Safety and Health Act of 1970, and
subsequent revisions. This shall include, but not be limited to, the following areas:
Sanitation, noise, radiation, gases, vapors, fumes, mists, dust, illumination, ventilation, protective
equipment, fire protection, waste disposal, electrical hazards, scaffolds and
ladders, floor holes and wall openings, heavy equipment and permit-required confined spaces.
All specific requirements of the Act shall be adhered to.
7.0 SAFETY PROVISIONS
The Contractor shall take every precaution and shall provide such equipment and facilities as are
necessary or required for the safety of its employees. In case of an accident, first aid shall be
administered to any who may be injured in the progress of the work. In addition, the Contractor
shall also be prepared for the removal to the hospital for treatment of any employee either
seriously injured or ill.
8.0 SANITARY REGULATIONS
In addition to compliance with the Occupational Safety and Health Act, the Contractor shall
erect and maintain necessary sanitary conveniences for the use of employees on the work. Such
conveniences shall be properly secluded from observation, and their use shall be strictly
enforced. Such sanitary conveniences shall be constructed in compliance with all laws,
18
GENERAL CONDITIONS (CONT'D.}
ordinances and regulations governing these facilities. The contents of the same shall be removed
with sufficient frequency to prevent nuisance, and disposed of to the satisfaction of the Engineer.
The Contractor shall obey and enforce such other sanitary regulations and orders and shall take
such precautions against infectious diseases as may be deemed necessary .In case any infectious
diseases occur among its employees, it shall arrange for the immediate removal of the patient
from the work and his isolation from all persons connected with the work.
The building of shanties or other structures for housing the workers, tools, machinery or supplies
will be permitted only at approved places, and the sanitary condition of the grounds in and at
such shanties or other structures nmst, at all times, be maintained in a satisfactory manner.
9.0 RESPONSIBILITY OF CONTRACTOR
The Contractor is responsible for complete conformance to the Plans and Specifications; proper
construction procedures; coordination with subcontractors, other contractors and utilities; and
safe working conditions for its employees.
10.0 LABOR
All contractors and subcontractors employed upon the work shall and will be required to
conform to the Labor Laws of the State of New York and the various acts amendatory and
supplementary thereto, and to all other laws, ordinances and legal requirements applicable
thereto.
All labor shall be performed in the best and most workmanlike marmer by mechanics skilled in
their respective trades. The standards of the work required throughout shall be of such grade as
will bring results of the first class only.
11.0 CONTRACTOR'S REPRESENTATIVE
The Contractor, in case of its absence from the work, shall have a competent representative or
foreman present, who shall follow without delay all instructions of the Engineer or his assistants
in the prosecution and completion of the work in conformity with this Contract, and shall have
full authority to supply labor and material immediately. The Contractor shall also have a
competent representative available to receive telephone messages and provide a reasonable reply
as soon as possible, but not later than 24 hours.
12.0 SCHEDULE OF VALUES
N/A
19
GENERAL CONDITIONS (CONT'D,)
13.0 INCOMPETENT EMPLOYEES
The Contractor shall employ only competent, skilled and faithful workers to do the work. Upon
request of the Engineer in writing, the Contractor shall suspend or discharge from the work any
disobedient, disorderly or incompetent person or persons employed thereon, and will not again
employ any person so suspended or discharged without the consent of the Engineer.
This requirement shall not be made on the basis of any claim for compensation or damages
against the Town or any of its officers or agents.
14.0 CLAIMS OR PROTESTS
If the Contractor considers any work required of it to be outside the requirements of the Contract
or considers any record or ruling of the Town as unfair, it shall ask for written instructions or
decisions immediately, and then file a written protest ~vith the Town against the same within five
(5) days thereafter, or be considered as having accepted the record or ruling.
15.0 NOTIFICATION. INTERFERENCE AND INJURY TO UTILITIES
The Contractor shall cooperate in every way with the utility companies.
All excavation shall be done in compliance with Article 36 of the General Business Law and
notices given as provided by CLS General Business Law, Part 761.
All conduits, water mains and gas mains encountered in the construction shall be properly and
safely taken care of by the Contractor, who shall, upon encountering same, notify the public
corporation to whom they belong in order that they may be changed in such a manner as not to
interfere with the final construction.
In case any damage shall result to any service pipe for water or gas, or any private or public
sewer or conduit, by reason of negligence on the part of the Contractor, the Contractor shall,
without delay and at its own expense, repair the same to the satisfaction of the Town. If such
repairs are not made promptly or satisfactorily, the Town may have the repairs made by another
Contractor or otherwise, and deduct the cost of same from any moneys due or to become due the
Contractor.
16.0 iNFRiNGEMENT OF PATENTS
The Contractor further agrees to hold itself responsible for any claims made against the Town for
any infringement of patents by the use of patented articles in anyone phase of construction of the
~vork and the completion of same, or any process connected with the work agreed to be
performed under this Contract or of any materials used upon said work, and to save harmless and
indemnify the Town from all costs, expenses and damages which the Town shall be obliged to
pay by reason of any infringement of patents used in the construction and completion of the
work.
20
GENERAL CONDITIONS (CONT'D,)
17.0 DAMAGES
All damages, direct or indirect, of whatever nature either resulting from the performance of or
resulting to the work under this Contract during its progress from whatever cause shall be borne
and sustained by the Contractor, and all work shall be solely at its risk until the date of the final
payment request, as prepared by the Town.
18.0 GUARANTEE/WARRANTY
The Contractor shall guarantee and warrant its work and that of its subcontractors against defects
in workmanship and/or materials for a period of one (1) year from the date of the final payment
request, as prepared by the Town, except as otherwise specified. Upon written notification from
the Town, the Contractor shall repair, replace or reconstruct such defects to the satisfaction of the
Town, at no cost to the Town.
19.0 STANDARDIZATION
The Detailed and General Specifications indicate specific manufacturers and/or catalog numbers,
etc., for the purpose of standardization within the Town in order to minimize stockpiling of
replacement parts.
20.0 DEFiNiTIONS
The words "or approved equal", as hereinafter used, shall refer to the use of an equal product that
has received prior approval by the Engineer for the Town.
The word "Engineer" refers to James Richter, Town Engineer for the Town of Southold or other
employee designated by the Town Board to administer this contract,
The word "Owner" shall refer to the Town of Southold.
21
SECTION 13219- SCAVENGER WASTE REMOVAL TRANSPORTATION AND
DISPOSAL
PART I GENERAL
1.1
SECTION iNCLUDES
A. Pump/remove, transport and dispose of the contents of scavenger waste from the
equalization tank at the Town of Southold Scavenger Waste Treatment Facility.
1.2 REGULATORY REQUIREMENTS
The Contractor shall be a New York State licensed scavenger waste hauler for the
transportation of scavenger waste. The Contractor shall maintain an approved
waste hauler license in accordance with 6 NYCRR Part 364 throughout the d
ration of the contract.
Permits for transport through other states to the disposal location shall also be
maintained.
Obtain all local, county and state permits, and all fees associated with the
removal, testing, transportation and disposal of the scavenger waste. The
Contractor will be required to transport scavenger waste to an approved disposal
location. The Contractor will be allowed to remove scavenger waste only between
7:00 AM and 3:00 PM, Monday through Friday excluding holidays observed by
the Town of Southold.
1.3 SUBMITTALS
Within one week of contract execution and prior to beginning any transferring and
transporting of scavenger waste, the Contractor shall submit to the Town, in
writing, that all applicable permits have been obtained for transporting and
disposing the scavenger waste, and attach with that copies of all pemfits. All
expenses, including permit fees, toll payments, and disposal fees, shall be borne
by the Contractor.
If transfer stations and temporary storage facilities are utilized prior to disposal, or
if additional treatment or processing is performed prior to the disposal, the
Contractor shall furnish copies of the appropriate permits for such facilities.
Within seven (7) days of contract execution and at least forty-eight (48) hours
before disposing of the initial volume of scavenger waste, the Contractor shall
notify the Town that the proper disposal facility has been identified, and that the
facility is being operated in accordance with all applicable regulations. The
information shall be submitted in writing and include name, location and address
22
SECTION 13219- SCAVENGER WASTE REMOVAL, TRANSPORTATION AND
DISPOSAL (CONT'D}
of the disposal facility, EPA and/or State facility identification number,
SPDES/NPDES permit, and
supervisor's name and telephone number. Should the Contractor change the
proposed disposal location, submittal of the above required information for the
new location shall be made to the Owner prior to removal of scavenger waste.
PART 2 PRODUCTS NOT USED
NOT USED
PART - 3 EXECUTION
3.1 REMOVAL OF SCAVENGER WASTE
The Contractor shall remove, transport and dispose of scavenger ~vaste from the
equalization tank at the Town of Southold Scavenger Waste Treatment Facility,
Remove approximately 150,000 gallons per month during the months
Of December, January, and February; approximately 180,000 gallons per month
during the months of October, November and March; and 225,000 gallons per
month during the months of April, May, June, July, August and September.
The Contractor shall remove the scavenger waste from the equalization tank
located in the southwest comer of the site. Access to the tank will be through an
opening in the tank approximately two feet above grade. Provide a system of
pumps and hoses to remove scavenger waste from the tanks into transportation
vehicles.
The Contractor will be required to certify with the Scavenger Waste Treatment
Facility personnel the volume of the transportation vehicle prior to and after
pumping operations. This certification shall include either measuring the volume
of the transportation vehicle with a dipstick or through the use of a clean site tube
on the side of the vehicle, at the discretion of the Owner.
Scavenger waste includes sand, gravel, supematant, grit, scum, and other products
ofbiodegradation from residential and commercial sanitary wastewater systems.
The Contractor shall employ whatever means are necessary to remove scavenger
waste. These include:
pumping;
vacuum pumping; and
other acceptable methods as required.
23
SECTION 13219- SCAVENGER WASTE REMOVAL, TRANSPORTATION AND
DISPOSAL (CONT'D}
The transfer of scavenger waste from the equalization tank shall be performed in a
clean manner without creating any spillage, nuisance or other health hazards at
the Town of Southold Scavenger Waste Treatment Facility. Dilution of the
equalization contents will not be allowed.
3.2 TRANSPORTATION OF SCAVENGER WASTE
Transport scavenger waste to the disposal location in closed containers such as tanker trucks, in
such a manner that spillage of material does not occur during loading or transferring, hauling and
unloading operations. It is the responsibility of the Contractor to know and follow all applicable
local, county and state transportation and safety regulations, and obtain all roadway permits
necessary lbr transporting the scavenger waste.
3.3 DISPOSAL OF SCAVENGER WASTE
Following removal of the scavenger waste, the Contractor shall be required to transport and
dispose of the scavenger waste to an approved disposal location. The approved disposal location
and all intermediate storage and processing facilities shall be operated in accordance with all
federal, state, local and other applicable regulations. It is the responsibility of the Contractor to
locate such a facility and to determine that the facility is a proper disposal facility.
Submit to the Owner receipts from the disposal facility showing the date and time of scavenger
waste pick-up; the date and time of scavenger waste disposal; amount of scavenger waste
disposed of; and the location, regulatory identification number and an authorizing signature of
the disposal sites. Receipts shall be submitted within two weeks of scavenger waste removal.
Payment will not be processed unless a receipt from the disposal facility is provided.
The Contractor shall know and follow, all applicable standards and regulations governing the
disposal of the scavenger waste, and obtain all necessary permits. All expenses, such as permit
fees, laboratory testing and disposal fees, shall be borne by the Contractor.
END OF SECTION
24
CONTRACT
CONTRACT IN QUADRIPARTITE FOR REMOVAL, TRANSPORTATION AND
DISPOSAL OF SCAVENGER WASTE FROM THE SCAVENGER WASTE TREATMENT
FACILITY AT TOWN OF SOUTHOLD, SUFFOLK COUNTY, NEW YORK, dated
~ 2004, BY AND BETWEEN THE TOWN BOARD OF THE TOWN OF
SOUTHOLD, SUFFOLK COUNTY, NEW YORK, acting for and in behalf of the TOWN OF
SOUTHOLD (herein called the TOWN), and (herein
called the CONTRACTOR). WITNESSETH, that the TOWN and the CONTRACTOR, in
consideration of the premises and of the mutual covenants, considerations and agreements herein
contained, agree as follows:
This Contract is hereby awarded to the CONTRACTOR for the work and material called for
under his bid in the Proposal section of the Contract and designated as Items:
1. SCAVENGER WASTE REMOVAL AND TRANSPORT TO AND DISPOSAL AT AN
APPROVED DISPOSAL LOCATION 3/1/04 TO 2/28/05 for the sum of: PER
THOUSAND GALLONS ($ /1000 GALLONS) DOLLARS for the unit and/or lump
sum price(s) as listed in the Proposal herein.
1. CONTRACT DOCUMENTS AND DEFINITIONS
The Notice to Bidders, Information for Bidders, Proposal, Contract and Specifications, together
with any Addenda, shall form part of this Contract, and the provisions thereof shall be as binding
upon the parties hereto as if they were herein fully set forth. The titles, headings, headlines and
marginal notes contained herein are solely to facilitate reference to the various provisions of the
contract documents and in no way affect, limit or cast light upon the interpretation of the
provisions to which they refer.
Whenever the term "contract documents" is used, it shall mean and include this Contract, the
Specifications, any Addenda, and the Notice to Bidders, Information for Bidders, General
Conditions and Proposal. In case of any conflict or inconsistency between the provisions of the
Contract and those of the Specifications, the provisions of the Contract shall govern.
25
WORK: The term WORK, as used herein, refers to all of the work involved in removing
and properly disposing of scavenger waste from the Southold Scavenger Waste Treatment Plant.
EXTRA WORK: The term EXTRA WORK, as used herein, refers to and includes all work
required by the TOWN which, in the judgment of the Town, involves changes in or additions to
work required by the Plans, Specifications and any Addenda in their present form.
SUBCONTRACTOR: The term SUBCONTRACTOR as used herein, shall mean any
person, firm or corporation applying labor and material for work at the site of the project, but not
including the parties to this Contract.
ENGINEER: In the performance of the work, the TOWN shall be represented by the Town
Engineer (herein called the ENGINEER), or other employee designated by the Town Board to
administer this contract.
NOTICE: The term NOTICE, as used herein, shall mean and include written notice. Written
notice shall be deemed to have been duly served when delivered to, or at the last known business
address of, the person, firm or corporation for whom intended or to his, their, or its duly
authorized agents, representatives or officers, or when enclosed in a postage prepaid wrapper or
envelope addressed to such person, firm, or corporation at his, their, or its last known business
address and deposited in a United States Mail Box.
DIRECTED, REQUIRED, APPROVED, ACCEPTABLE: Whenever they refer to the work, or
its performance "directed" "required" "permitted" "ordered" "designated" "prescribed" and words
of like import shall imply the direction, requirement, permission, order, designation or
prescription of the Engineer, and "approved", "satisfied", or "satisfactory", "in the judgment of',
and words of like import, shall mean approved or acceptable to, or satisfactory to, in the
judgment of the Engineer.
2. SCOPE OF THE WORK
The Contractor will furnish all plant, labor, material, supplies, equipment and other facilities and
things necessary or proper for or incidental to, the work contemplated by this Contract as
required by, and in strict accordance with, the applicable Plans, Specifications and Addenda
prepared by the Engineer and/or required by and in strict accordance with, such changes as are
ordered and approved pursuant to this Contract, and will perform all other obligations imposed
on him by the Contract.
3. COMPENSATION TO BE PAID TO THE CONTRACTOR
Agreed Prices: It is understood and agreed that the Contractor will accept as
payment in full the actual quantities of waste removed, as determined by the
Town's measurements by the unit prices bid, no allowance being made for
anticipated profit or for reason of variations from the estimated quantities set forth
in the Proposal.
26
Extra Work and/or Changes: The TOWN may, at any time, by a written order,
and without notice to the sureties, require the performance of such extra work or
changes in the work as it may find necessary or desirable. The amount of
compensation to be paid to the Contractor for any extra work, as so ordered, shall
be determined as follows:
(1) By such applicable unit prices, if any, as set forth in the contract; or
(2)
If no such unit prices are set forth, then by unit prices or by a lump sum
mutually agreed upon by the TOWN and the Contractor; or
(3)
If no such unit prices are set forth, and if the parties cannot agree upon
unit prices or a lump sum, then by actual net cost in money to the
Contractor of the materials, permits, wages, or applied labor, premium for
Workers' Compensation insurance, payroll taxes required by law, rental
for plant and equipment used (excluding small tools) to which total cost
will be added 20 percent as full compensation for all other items of profit,
costs and expenses, including administration, overhead, superintendence,
insurance, insurance other than Workers' Compensation insurance,
material used in temporary structures, allo~vances made by the Contractor
to subcontractors, additional premiums upon the Performance Bond of the
Contractor.
4. TIME OF ESSENCE
inasmuch as the provisions of this Contract relating to the time for performance and completion
of the work are for the purpose of enabling the TOWN to proceed with the construction ora
public improvement, in accordance with a predetermined program, such provisions are of the
essence of this Contract.
5. COMMENCEMENT OF WORK
The Contractor agrees that he will commence ~vork, after signing this Contract, on April 1,
2004 and that the day he commences work shall constitute the first of the consecutive calendar
days allowed for completion of the work. The Contractor agrees to remove waste, in a quantity to
be determined by the Town, within five days of notice by the To~vn.
6. LIQUIDATED DAMAGES FOR DELAY
The time limit being essential to and of the essence of this Contract, the Contractor hereby agrees
that the TOWN shall be, and is hereby authorized to deduct and retain out of the money ~vhich
may be due or may become due to said Contractor under this agreement, the sum of F1VE
HUNDRED DOLLARS ($500.00) per day, which amount is hereby agreed upon, fixed and
determined by the parties hereto as the LIQUiDATED DAMAGES, including overhead charges,
27
services, inspector's wages, and interest on the money invested, that the TOWN will suffer by
reason of such default, for each and every day during which the aforesaid work may be
incomplete over and beyond the time herein stipulated for its completion, provided, however,
that the TOWN shall have the right to extend the time for the completion of said work.
7. EXTENSIONS OF TIME - NO WA1VER
If the Contractor shall be delayed in the completion of his work by reason of tmforeseeable
causes beyond his control and without his fault or negligence, including but not restricted to Acts
of God or of any public enemy, acts or neglect of the TOWN, acts or neglect of any other
Contractor, fires, floods, epidemics, quarantine restrictions, strikes, riots, civil commotion or
freight embargoes, the period herein above specified for completion of his work shall be
extended by such time as shall be fixed by the TOWN.
No such extension of time shall be considered a waiver by the TOWN of its right to terminate the
Contract for abandonment or delay by the Contractor as hereinafter provided or relieve the
Contractor from full responsibility for performance of his obligations hereunder,
8. CONTRACT SECURITY
The Contractor shall not commence any work until he supplies the Town Clerk with a
Performance Bond in the sum of 25% of the total bid price, in a form approved by the Town
Attorney. Such bond must be provided as a prerequisite to entering into a contract for this work,
and failure to provide such a bond will result in forfeiture of the bid bond.
9. CONTRACTOR'S INSURANCE
The Contractor shall not commence any work until he has obtained and had approved by the
TOWN all of the insurance required under this Contract, as enumerated herein:
Compensation Insurance
Public Liability and Property Damage Insurance
Contractor's Protective Liability and Property Damage Insurance
Owner's (TOWN) Protective Public Liability and Property Damage Insurance
Automobile Public Liability and Property Damage Insurance
The Contractor shall not permit any subcontractor to commence any operation on the site until
satisfactory proof of carriage of the above required insurance has been posted with, and approved
by, the TOWN.
Compensation Insurance - The Contractor shall the out and maintain, during the
life of this Contract, Workers' Compensation Insurance for all of his employees
employed at the site of the project, and in any case of any of the work being
sublet, the Contractor shall require the subcontractor similarly to provide
Workers' Compensation Insurance for all of the latter's employees, un]ess such
employees are covered by the protection afforded by the Contractor.
28
Public Liability and Property Damage Insurance -The Contractor shall take out
and maintain during the life of this Contract such Public Liability and Property
Damage Insurance as shall protect him and any subcontractor performing work
covered by this Contract for claims for damages for personal injury, including
accidental death, as well as from claims for property damage which may arise
from operations under this Contract, whether such operations be by himself or by
any subcontractor, or by anyone directly or indirectly employed by either of them,
and the amounts of such Insurance shall be as follows:
(1)
Public Liability Insurance in the amount not less than FWE HUNDRED
THOUSAND DOLLARS ($500,000.) for bodily injuries, including
wrongful death to anyone person, and subject to the same limit for each
person in an amount not less than ONE MILLION DOLLARS
($1,000,000.) on account of one accident.
(2)
Property Damage Insurance in an amount not less than ONE HUNDRED
THOUSAND DOLLARS ($100,000.) for damages on account of any one
accident and in an amount of not less than TWO HUNDRED
THOUSAND DOLLARS ($200,000.) for damages on account of all
accidents.
Liability and Property Damage Insurance -The above policies for public liability
and property damage insurance must be so written as to include Contractor's
Protective Liability and Property Damage Insurance to protect the Contractor
against claims arising from the operations of any subcontractor.
Owner's Protective Public Liability and Property Damage Insurance -(TOWN,
and/or TOWN BOARD, TOWN OF SOUTHOLD as OWNER) -The Contractor
shall furnish to the TOWN with respect to the operations he or any of his
subcontractors perform, a regular Protective Public Liability Insurance Policy for
and in behalf of the TOWN and/or TOWN BOARD, TOWN OF SOUTHOLD as
OWNER, providing for a limit of not less than FIVE HUNDRED THOUSAND
DOLLARS ($500,000.) for all damages arising out of bodily injuries to, or death
of, one person and subject to that limit for each person, a total limit of ONE
MILLION DOLLARS ($1,000,000.) for all damages arising out of bodily injuries
to, or death of, t~vo or more persons in anyone accident; and regular Protective
Property Damage Insurance providing for a limit of not less than ONE
HUNDRED THOUSAND DOLLARS ($100,000.) for all damages arising out of
injury to, or destruction of, property in anyone accident and subject to that limit
per accident a total (or aggregate) limit of TWO HUNDRED THOUSAND
DOLLARS ($200,000.) for all damages arising out of injury to, or destruction of
property during the policy period. The insurance must fully cover the legal
liability of the TOWN and/or TOWN BOARD), TOWN OF SOUTHOLD. The
coverage provided under this policy must not be affected if the TOWN performs
work in connection with the project either for, or in cooperation with, the
29
Contractor or as an aid thereto, whether the same be a part of the Contract or
separate there from, by means of its own employees or agents, or if the TOWN
directs or supervises the work to be performed by the Contractor.
Automobile Public Liability and Property Damage Insurance -The Contractor
shall take out and maintain during the life of the Contract such automobile public
liability and property damage insurance as shall protect him and any
subcontractor performing work covered by this Contract from claims for damages
for personal injury, including accidental death as well as from claims for property
damage which may arise from operations under this Contract, whether such
operations be by himself or by any subcontractor, or by any one directly or
indirectly employed by either of them and the amounts of such insurance shall be
as follows:
(1)
Automobile Public Liability Insurance in an amount not less than FIVE
HUNDRED THOUSAND DOLLARS ($500,000.) for bodily injuries,
including wrongful death by any one person, and subject to the same limit
for each person in an amount not less than ONE MILLION DOLLARS
($1,000,000.) on account of one accident.
(2)
Automobile Property Damage Insurance in an amount of not less than
ONE HUNDRED THOUSAND DOLLARS ($100,000.) for damages on
account of any one accident and in an amount of not less than TWO
HUNDRED THOUSAND DOLLARS ($200,000.) for damages on
account of all accidents.
10. PROOF OF CARRIAGE OF INSURANCE
The Contractor shall furnish the TOWN with certificates of each insurer insuring the
Contractor or any subcontractor under this Contract, except with respect to subdivision D. of
paragraph 9. In respect to this paragraph, the Contractor shall furnish the TOWN with the
original insurance policy.
Both certificates, as furnished, and the insurance policy, as required, shall bear the policy
numbers~ the expiration date of the policy and the limit or limits of liability there under. Both the
certificates and the policy shall be further endorsed to provide the TOWN with any notice of
cancellation at least ten (10) days prior to the actual date of such cancellation.
11. COMPLIANCE WITH LABOR AND PENAL LAWS
The Contractor hereby expressly agrees to comply with all the provisions of the Labor Law and
any and all amendments thereto, insofar as the same are applicable to this Contract. The Labor
Laws, as amended, provide that no laborer, worker or mechanic in the employ of the Contractor,
subcontractor or other person doing or contracting to do the whole or a part of the work
contemplated by this Contract, shall be permitted or required to work more than eight (8) hours
in anyone calendar day, except in cases of extraordinary emergency caused by fire, flood, or
30
danger to life or property; that no such person shall be employed more than eight (8) hours in any
day or more than five (5) days in any week, except in such emergency; that the wages to be paid
for a legal day's work as hereinbefore defined, to laborers, workers, or mechanics upon the work
called for under this Contract, or for any materials used upon or in connection therewith shall not
be less than the prevailing rate for a day's work in the same trade or occupation in the locality
within the State where such work is to be done and each laborer, worker, or mechanic employed
by the Contractor, subcontractor, or other person about or upon the work shall be paid the wages
herein provided; that employees engaged in the construction outside the limits of cities and
villages are no longer exempt from the provisions of the Labor Laws which required the payment
of the prevailing rate of wages and the eight (8) hour day.
Section 220A of the Labor Law, as amended by Chapter 472 of the Laws of 1932, provides that
before payment is made by or on behalf of the State or any City, County, Town or Village or
other civil division of the State, of any sums due on account of a contract for a public
improvement, it is the duty of the Comptroller of the financial officer of the Municipal
Corporation to require the Contractor and each and every subcontractor to file a certified
statement in writing, in satisfactory lbrm, certifying to the amounts then due and owing to any
and all laborers for daily or weekly wages on account of labor performed upon the work of the
Contract, setting forth therein the names of the persons whose wages are unpaid and the amount
due each, respectively.
Section 220B of the Labor Law, as amended, provides that any interested person who shall have
previously filed a protest in writing objecting to the payment to any Contractor or subcontractor
to the extent of the amount or amounts due or to become due to him for daily or weekly wages
for labor performed on the public improvement for which the Contract was entered into, or if, for
any other reason, it may be deemed advisable, the Comptroller of the State or other financial
officer of the Municipal Corporation may deduct from the whole amount of any payment on
account thereof the sum or sums admitted by any Contractor or subcontractor in such statement
or statements so filed to be due and owing by him on account of labor performed and may
withhold the amount so deducted for the benefit of the laborers for daily or weekly wages, whose
wages are unpaid as shown by the verified statements filed by any Contractor or subcontractor
and may pay directly to any person the amount or amounts so shown to be due for such wages.
Section 220C of the Labor Law, as amended, provides the penalty for making of a false oath or
verification.
Section 220D of the Labor Law provides that the advertised specifications for every
Contract for the constmction, reconstruction, maintenance and/or repair of highways to which
the State, County, Town and/or Village is a party shall contain the provision stating the
minimum rate of hourly wage that can be paid, as shall be designated by the Industrial
Commissioner, to the laborers employed in the performance of the Contract, either by the
Contractor, subcontractor or other person doing or contracting to do the whole or part of the
work contemplated by the Contract and the Contract shall contain a stipulation that such laborers
shall be paid not less than such hourly minimum rate of wage. Any person or corporation that
willfully pays after entering into such Contract less than such stipulated minimum hourly wage
scale shall be guilty of a misdemeanor and, upon conviction, shall be punished for a first offense
3~
by a fine of Five Hundred Dollars ($500.) or by imprisonment for not more than thirty (30) days,
or by both fine and imprisonment for a second offense by a fine of One Thousand Dollars
($1,000.) and, in addition thereto, the Contract on which the violation has occurred shall be
forfeited; and no such person or corporation shall be entitled to receive any sum or nor shall any
officer, agent or employee of the State pay the same or authorize its payment from the funds
under his charge or control to any person or corporation for work done upon any contract, on
which the Contractor has been convicted of second offense in violation of the provisions of this
Section.
The minimum wage rates established by the Industrial Commissioner, State of New York, for
this Contract, are as set forth in the INFORMATION FOR BIDDERS.
12. PAYMENT OF EMPLOYEES
The Contractor and each of his subcontractors shall pay each of his employees engaged in work
on this project under this Contract in full (less deductions made mandatory by law) in cash and 1
not less often than once each week.
13. PAYMENTS
Monthly: At the end of each calendar month during the progress of the ~vork, the
Contractor shall submit a payment requisition to the Town. The Town will review the
requisition and prepare payment based on the estimated amount of work performed and
the quantity of materials furnished, as based on the prices set forth in the Proposal. In
consideration of the work done and the materials furnished, the TOWN will pay or cause
to be paid to the Contractor the above less such additional amount as may be necessary to
satisfy any claims, liens or judgments against the Contractor which have not been suitable
discharged. The making of any such payment made thereon shall not be taken or
construed as an acceptance by the TOWN of any work so estimated and paid for.
14. ACCEPTANCE OF FiNAL PAYMENT CONSTITUTES RELEASE
The acceptance by the Contractor of the final payment shall be, and shall operate as a release
to the TOWN from all claims and all liabilities to the Contractor for ali things done or furnished
connection with this work, and for every act and neglect of the TOWN and other relating to, or
arising out of, this ~vork, excepting the Contractor's claims for interest upon the final payment, if
these payments be improperly delayed. No payment, however, final or otherwise, shall operate to
release the Contractor or his sureties from any obligations under this Contract or the Performance
Bond.
15. ACTWITY REPORTS
The Contractor shall submit to the Engineer prior to the commencing of any work under this
Contract a detailed schedule and plan of operation, indicating the manner in which the
Contractor proposes to prosecute the work, and a time schedule therefore. Such schedules are not
intended to bind the Contractor to a predetermined plan or procedure, but rather to enable the
32
Engineer to coordinate the work of the Contractor with work required of and to be performed by
others.
16. PLANS AND SPECIFICATIONS -INTERPRETATIONS
The Contractor shall keep one (1) copy of the Specifications signed and identified by the
Town. in case of any conflict or inconsistency between the Proposal and Specifications, the
Proposal shall govern. Any discrepancy between the Proposal and Specifications shall be
submitted to the Engineer, whose decision therein shall be conclusive.
17. PROTECTION OF WORK, PERSONS AND PROPERTY
Precaution shall be exercised at all times for the proper protection of all persons, property
and work. The safety provisions of applicable laws, building and construction codes shall be
observed. Machinery equipment and all hazards shall be guarded or eliminated in accordance
with the safety the Manual of Accident Prevention in Construction, published by the Associated
General Contractors of America, to the extent that such provisions are not in contravention of
applicable law. The Contractor shall furnish entirely at his own expense any and all additional
safety measures deemed necessary by the TOWN or its Engineer to adequately safeguard the
traveling public. The Contractor shall give notice to the owners of all utilities which may serve
the area and request their assistance in predetermining the location and depth of the various
pipes, conduits, manholes and other underground facilities.
The Contractor shall, at all hours of the day, safely guard and protect his own work and
adjacent property from any damage and shall replace or make good any such damage, loss or
injury unless such be caused directly by errors contained in the contract documents, or by the
TOWN or its duly authorized representatives.
The Contractor shall provide and maintain such watchers, barriers, lights, flares and other
signals, at his own expense, as will effectively prevent any accident in consequence of his work
for which the TOWN might be liable. The Contractor shall be liable for all injury or damage
caused by his act or neglect, or that of his employees.
18. REPRESENTATIONS OF CONTRACTOR
The Contractor represents and warrants:
That he is financially solvent and that he is experienced in and competent to
perform the type of work involved under this Contract and able to furnish the
plan, materials, supplies and/or equipment to be furnished for the work; and
That he is familiar with all Federal, State and Municipal Laws, ordinances and
regulations which may in any way affect the work of those employed hereunder,
including but not limited to any special acts relating to the work; and
33
That such work required by these contract documents as is to be done by him can
be satisfactorily constructed and used for the purpose for which it is intended and
that such construction will not injure any person or damage any property; and
That he has carefully examined the Plans, Specifications, and the site of the work,
and that from his own investigation he has satisfied himself as to the nature and
location of the work, the character, location, quality and quantity of surface and
subsurface materials, structures and utilities likely to be encountered, the
character of equipment, and other facilities needed for the performance of the
work, the general local conditions which may in any way affect the work or its
performance.
19. AUTHORITY OF THE ENGINEER
In the performance of the work, the Contractor shall abide by all orders and directions and
requirements of the Engineer and shall perform all work to the satisfaction of the Engineer, at
such time and places, by such methods, and in such mariner and sequence as he may require. The
Engineer shall determine the amount, quality, acceptability and fitness of all parts of the work,
shall interpret the plans, specifications, contract documents and any extra work orders and shall
decide all other questions in connection with the work. Upon request, the Engineer shall confirm
in writing any oral orders, directions, requirements or determinations. The enumeration herein or
elsewhere in the contract documents of particular instances in which the opinion, judgment,
discretion or determination of the Engineer shall control, or in which work shall be performed to
his satisfaction or subject to his approval, or inspection, shall not imply that only matters similar
to those enumerated shall be so governed and so performed, but without exception all the work
shall be governed and so performed. Nothing herein shall be construed to give the Contractor a
claim for extra work unless prior thereto an appropriate Change Order has been executed by the
TOWN and Contractor for such work.
20. CHANGES AND ALTERATIONS
The TOWN reserves the right to make alterations in plant site, or any part thereof, either before
or after the commencement of the construction.
21. CORRECTION OF WORK
All work and all materials, whether incorporated into the work or not, all processes of
hauling and all methods of disposal shall be, at all times and places, subject to the inspection of
the Engineer who shall be the final judge of quality, materials, processes suitable for the purpose
for which they are used. Should they fail to meet his approval they shall be corrected, by the
Contractor at his own expense. Rejected materials shall immediately be removed from the site.
The Contractor expressly warrants that his equipment shall be free from any, and agrees to
correct any defects immediately.
34
22. THE TOWN'S RIGHT TO WITHHOLD PAYMENTS
The TOWN may withhold from the Contractor so much of any approved payments due him as
may, in the judgment of the TOWN, be necessary:
To assure the payment of just claims then due and unpaid of any persons
supplying labor or materials for the work;
B. To protect the TOWN from loss due to defective work not remedied; or
'Fo protect the TOWN from loss due to injury to persons or damage to the work or
property of other contractors or subcontractors or others, caused by the act or
neglect of the Contractor or any of his subcontractors. The TOWN shall have the
right, as agent for the Contractor, to apply any such amount so withheld in such
manner as the TOWN may deem proper to satisfy such claims or to secure such
protection. Such application of such money shall be deemed payments for the
account of the Contractor.
23. THE TOWN'S RIGHT TO STOP WORK OR TERMINATE CONTRACT
If:
The Contractor shall file for any form of bankruptcy relief or make aa assignment
for the benefit of creditors; or
A receiver or liquidator shall be appointed for the Contractor for any of his
property and shall not be dismissed within twenty (20) days after such
appointment, or the proceedings in connection therewith shall not be stayed on
appeal within the said twenty (20) days; or
C. The Contractor shall violate any provision of this Contract; or
The Contractor shall fail or refuse to regard laws, ordinances, regulations, or the
instructions of the Engineer and/or the TOWN;
then, and in any such event, the TOWN without prejudice to any other rights or remedy it may
have, and after seven (7) days written notice to the Contractor and Contractor's Surety may
terminate the employment of the Contractor and take possession of the premises and all material,
tools and appliances therein, and complete the work by contract or otherwise, as the TOWN
solely may deem expedient, in such case, the Contractor shall not be entitled to receive any
further payment until the work is finished.
24. CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT
If the work shall be stopped by order of the Court or any public authority, Federal or State
agency, for a period of three (3) months through no act or fault of the Contractor or any of his
agents, servants, employees, material men, or subcontractors, the Contractor may, upon ten (10)
35
days noticc to the TOWN, discontinue his performance of the work and/or terminate the
Contract.
If the Contract is terminated by the Contractor, the liability of the TOWN to the Contractor shall
be for all work executed and for any proven loss sustained upon any materials, equipment, tools,
construction equipment, including reasonable profit and damages.
25. RESPONSIBILITY OF WORK
The Contractor agrees to be responsible for the entire work embraced in this Contract until its
completion and final acceptance, and that any unfaithful or imperfect work that may become
damaged from any cause, either by act or commission or omission to properly guard and protect
the work that may be discovered at any time before the completion and acceptance shall be
removed and replaced by good and satisfactory work without any charge to the TOWN and that
such removal and replacement will be performed immediately on the requirement of the
Engineer, notwithstanding the fact that it may have been overlooked by the proper inspector, and
partial payment made thereon. It is fully understood by the Contractor that the inspection of the
work shall not relieve him of any obligation to do sound and reliable work as herein prescribed,
and that any omission to disapprove of any work by the Engineer at or before the time of a
partial payment or other estimate shall not be construed to be an acceptance of any defective
work.
26. USES OF PREMISES AND REMOVAL OF DEBRIS
The Contractor expressly undertakes at his own expense:
To take every precaution against injury to persons or damages to property;
To store his apparatus; materials, supplies and equipment in such orderly fashion
at the site of the work as will not unduly interfere with the progress of his work or
the work of any of his subcontractors, or other contractors;
To frequently clean up all refuse, rubbish, scrap materials and debris caused by
the operations to the end that at all times the site of the work shall present a neat
and orderly and workmanlike appearance;
27. POWER OF THE CONTRACTOR TO ACT IN AN EMERGENCY
In case of an emergency which threatens loss or injury to property an&or safety to life, the
Contractor will be permitted to act as he sees fit without previous instructions from the TOWN
He shall notify the TOWN thereof immediately thereafter and any compensation claimed by the
Contractor due to extra work made necessary because of his acts in such emergency shall be
submitted to the TOWN for approval and Change Order executed by the TOWN and the
Contractor.
Where the Contractor has not taken action but has notified the Engineer of an emergency
indicating injury to persons or damage to adjoining property or to the work being accomplished
36
under this Contract, then upon authorization from the Engineer to prevent such threatened injury
or damage, he shall act as instructed by the Engineer. The amount of reimbursement claimed by
the Contractor on account of any such action shall be determined in the manner provided herein
for the payment of extra work and shall be incorporated into a Change Order executed by the
TOWN and Contractor.
28. SUITS AT LAW
The Contractor shall indemnify and save harmless the TOWN from and against all suits,
claims, deinands or actions for any injury sustained or alleged to be sustained by any party or
parties in connection with the construction of the work or any part thereof, or any commission or
omission of the Contractor, his employees or agents or any subcontractors and in case any such
action shall be brought against the TOWN, the Contractor shall immediately take care of and
defend the same at his own cost and expense.
29. PROVISIONS REQU1RED BY LAW DEEMED INSERTED
Each and every provision of law and clause required by law to be inserted in this Contract
shall be deemed to be inserted herein and the Contract shall be read and enforced as though it
were included herein, and if through mistake or otherwise any such provision is not inserted or is
not correctly inserted, then upon the application of either party the Contract shall be physically
amended to make such insertion.
30. SUBLETTING AND ASSIGNS
The Contractor shall not sublet any part of the work under this Contract, nor assign or
transfer any work or money due under this contract without first obtaining the written consent of
the Town. This Contract shall insure to the benefit of and shall be binding upon the parties
hereunder and upon their respective successors and assigns.
IN WITNESS WHEREOF, the parties hereto have set their hands and seals the day and year first
above written.
37
ELIZABETH A. NEVILLE
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (6311 765-6145
Telephone (631) 765-1800
southoldtown.northfork.net
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
TO: John Romanelli
FROM: Lynda M Bohn
RE: Scavenger Waste
DATE: November 3, 2003
Attached find the Scavenger Waste Transport and Disposal Bid Specifications. Please review
and let me know at your earliest convenience if any changes need to be made. I believe the
current contract expires February 28, 2004.